Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70513039 Tender Number : KBJNL/2023-24/LI/WORK_INDENT108 Tender Prod. No : KBJNL/2023-24/LI/WORK_INDENT108
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: Bidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender document.

Condition 4: A copy of the valid Karnataka PWD/Central PWD class-1 registration Certificate

Condition 5: Requisite EMD in E-cash

Condition 6: Copy of Valid Employees Provident Fund Registration Certificate

Condition 7: Copy of Valid GST Registration Certificate

Condition 8: The intending bidder/firm/company should furnish list of Man power, machinery available with them for taking up the work As per section 3

Condition 9: The details in support of pre qualification criteria as mentioned in section 3

Condition 10: Additional conditions of contracts 1) In the case of death of a contractor after executing / commencement of the work, his legal heir, if an eligible registered contractor and willing can execute and complete the work at the accepted tender rates irrespective of the cost of work. 2)As per GO No LD300 LET 2006 Bangalore dated 18-01-2007 Cess at the rate of 1% of cost of construction will be deducted from the Bill towards building and other construction workers welfare fund. The Nigam will retain 1% of the cess towards administrative charges and remit the balance to the department. This component is deemed to be included in the quoted rates. 3) The contractor should employ only registered labours as per Govt. Circular No. PWD/198/BMS/2009/ Dated: 24-06-2009. As per EPF & MP act 1952 in respect of the employees engaged by or through contractors, agencies and contractors shall have provident fund code no. & all the contract employees deployed by them are enrolled as members of provident fund. 4) Royalty Charges shall be recovered as per the prevailing rates issued by the department of Mines and Geology from time to time together with GST at the applicable rate. 5)The amount put to tender is inclusive of GST and the tenderer should quote With GST. The increase in GST shall not be paid in extended period of contract for which reasons for delay are attributable to the contractor as determined by the authority while granting the extension of time.

Condition 11: 6)EMD 6.1. EMD will be accepted only in the form as indicated in the IFT 6.2. The EMD amount submitted through e-portal will be retained till the completion of tender procedure and after signing of agreement transfer the e-cash EMD of the successful bidder to KBJNL account. In respect of unsuccessful bidders, the EMD will be returned to the bidder promptly. 6.3.3 Tender inviting authority would release EMD taken in e-cash through e-procurement after getting security deposit as per clause 29.1. For details on e-payment services refer to e-procurement portal for more details on process. 7) The Tendered work is invited as Turnkey tender and bidders are requested to quote in Rupees only in e-procurement portal. (8) The Financial bids (Electronic document-2) of the bidders who satisfy the tender stipulations based on the uploaded documents will be opened. The L1 bidder shall produce the original documents to enter in to agreement. If the L1 bidder does not produce the original documents for entering into agreement within seven working days, then the bid will be treated as non-responsive bid as per clause 26 (4) of the KTPP rules. The names of the bidders will be removed from the select list of KBJNL enrolment. Further their names will be proposed for blacklisting in case of KPWD contractor and barred from participation in any of the tenders to be invited by KBJNL apart from forfeiting the EMD paid through e-cash. (9) If the percentage quoted by the contractor for the work is below the current schedule of rates CSR of the re- estimated / estimated amount put to tender by the department, 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 current schedule of rates CSR of the re estimated / estimated amount put to tender. In case of contractor quotes rates above 125% of the estimated rates, then the amount over and above 125% will be held during the progress of work. The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per the agreement. (10) During the time of technical evaluation, if the employer finds that any certification/ information furnished is false, such bidders will be disqualified and barred from participation in the bid.

Condition 12: 11)The intending bidders are advised to visit the site of work before submitting their tenders. 12) If any of the dates mentioned above happened to be a general holiday, the next working day holds good. 13) 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. 14) Any Modification/ corrections will be published in the e-portal. The bidders are advised to visit the e-portal web site regularly. 15) 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 possession of such land and start the work by 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. 16) The work done certificate should be obtained duly signed from an officer not below the rank of Executive Engineer of the concerned Division and counter signed by the Superintending Engineer of the same circle. The cost will be updated to the present value by giving a weightage of 10% for each year to bring them to price level of FY in which tender are invited. 17) Credit lines/letter of credit/ certificates from Nationalised banks/ Scheduled Banks for meeting the fund requirement etc. and the line of letter credits letter issued by the Bank shall be got confirmed by the issuing banks, otherwise, the bids may be disqualified.

Technical Qualification Criteria :

1 : Past Experience : 3.2 (b) To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19, 2019-20, 2020-21, 2021-22& 2022-23 (b) Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one similar work Such as lift irrigation/ water supply scheme involving lift components MS rising Main Pressure/Gravity Main with all arrangements of value not less than Rs. 42053.75 lakhs (Usually not less than 50 percentage of the estimated value of the Contract) The work done certificate should be obtained duly signed from an officer not below the rank of Executive Engineer of the concerned Division and counter signed by the Superintending Engineer of the same circle. The cost will be updated to the present value by giving a weightage of 10% for each year to bring them to price level of FY in which tender are invited : Work Done Certificate
2 : Past Experience : 3.2 (c) To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19, 2019-20, 2020-21, 2021-22& 2022-23Executed in any one financial year, for the following minimum quantities of work (Usually 80% of the peak annual rate of construction) MS pipe with Inner diameter 1700 mm and above MS Rising Main/Gravity Main 80% of the peak annual rate of construction/ tender period minimum executed quantity is 22.00 km. The work done certificate should be obtained duly signed from an officer not below the rank of Executive Engineer of the concerned Division and counter signed by the Superintending Engineer of the same circle. The cost will be updated to the present value by giving a weightage of 10% for each year to bring them to price level of FY in which tender are invited : Work Done Certificate
3 : 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 3 : Others -- list of Man power, machinery
4 : Capabilities of Vendor : 3.6 Tenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under. Assessed available tender capacity (A x N x 1.5 - B) Where A. Maximum value of civil engineering works executed in any one year during the last five years (updated to the Financial year in which the tender is invited) 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 2 Years (24 Months). B - Value, at 2023-24 price level, of existing commitments and ongoing works to be completed during the next 2 year (Period of completion of the works for which tenders are invited). The Tender inviting Authority shall check and confirm the value of B by verifying the same in the e procurement portal Note. The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Employer in charge, not below the rank of an Executive Engineer or equivalent. Financial turnover of previous years indicated in clause 3.2 and 3.4 above shall be given a weight of 10% per year to bring them to the price level of (Year inviting the tender) 3.7 Even though the Tenderers meet the above criteria, they are subject to be disqualified if they have (a) made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements and/or (b) record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. and/or(c) participated in the previous Tender for the same work and had quoted unreasonably high tender prices and could not furnish rational justification : Others -- Bid capacity
5 : Financial Status : 3.2 (a) All Tenderers shall provide the requested information accurately and in sufficient detail in Section 3 Qualification information 3.2 To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19, 2019-20, 2020-21, 2021-22 and 2022-23 a) Achieved in at least two financial years a Minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 838.58 Crores. usually not less than 2 times the estimated annual payments under this contract) and updated to the financial year in which the tenders are invited. Financial turnover of previous years shall be given a weightage of 10 percentage per year to bring them to the price level of the financial year in which the tenders are invited. The Financial statements shall be certified by a practicing Chartered Accountant bearing the UDI number generated on UDI portal of the institute of the Charted Accountants of India, and the same shall be counter checked on the ICAI portal along with copy of income Tax returns filed for the years indicated above should be furnished : Audited CA Certificate of Annual Turnover
6 : Financial Status : 3.3 Each Tenderer should further demonstrate (b) Each bidder should furnish liquid assets and/or availability of credit facilities of not less than Rs.160.00 Crores from any Nationalized / scheduled bank Credit lines/letter of credit/certificates from banks for meeting the fund requirement etc. (Usually the equivalent of the estimated cash flow for 3 months in the peak construction period) Credit lines/letter of credit/ certificates from Nationalized banks/ Scheduled Banks for meeting the fund requirement etc. and the line of letter credits letter issued by the Bank shall be got confirmed by the issuing banks, otherwise, the bids may be disqualified : Line of Credit
7 : Others : Eligibility criteria : Others -- Karnataka PWD/Central PWD class1 registration Certificate
8 : Others : EMD : Others -- EMD in e cash
9 : Others : EPF : Valid EPF Certificate
10 : Others : GST Reg Certificate : GST Registration
Requirement : Survey, investigation, design, supply, erection, testing and commissioning of Lift System comprising of MS Rising main, Gravity main, Delivery chambers, Manifold pipe, Valve chambers, National Highway Crossings, Stage Highway Crossings, Road crossings & Canal crossings, Anchor blocks, Thrust blocks Surge protection works, supply of Spares parts & Tools including Operation and Maintenance for Five years after successful commissioning of the entire system for Horti Revanasiddeswara Lift Irrigation Scheme Stage-II on Turn-key Basis
Survey, investigation, design, supply, erection, testing and commissioning of Lift System comprising of MS Rising main, Gravity main, Delivery chambers, Manifold pipe, Valve chambers, National Highway Crossings, Stage Highway Crossings, Road crossings & Canal crossings, Anchor blocks, Thrust blocks Surge protection works, supply of Spares parts & Tools including Operation and Maintenance for Five years after successful commissioning of the entire system for HRLIS Stage-II on Turn-key Basis

Key Values

Document Fees : INR 7,500
EMD : INR 83,900,000
Tender Estimated Cost : INR 8,650,000,000
Closing Date : 17/04/2024
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.