KARNATAKA POWER CORPORATION LIMITED

(A Government of Karnataka Enterprises)

BALLARI THERMAL POWER STATION

O/o TheExecutive Engineer (Civil)-2,KPCL, BTPS

Kudathini - 583 152, Ballari (Tq & Dist)

Karnataka (State)

Mob.No-9448290702,

Website:

No. EEC-2/BTPS/MPL/NIT/2015-16/05 Dtd: 22.12.2015

NOTICE INVITING SHORT TERM TENDER

(TWO COVER SYSTEM)

(Through e-Procurement Portal Only)

  1. The Executive Engineer (Civil)-2invites item rate tenders from eligible bidders for the following work of BTPS detailed in the table given below.
  2. Tender documents may be downloaded from Government of Karnataka e-procurement website under login for Contractors

After login to contractors, 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.

  1. Tender must be accomplished by Earnest Money Deposit which should be paid online through e-Procurement portal using any of the following payment modes.
  2. Credit card,
  3. Direct debit,
  4. National Electronic Fund Transfer (NEFT),
  5. Over the Counter (OTC) (only through designated branches of ICICI Bank)
  6. 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, in the presence of the bidder who wish to attend at the Office of the Executive Engineer (Civil)-2, BTPS, Kudathini - 583 152, Ballari (Tq & Dist) Karnataka (State)
  7. Other details can be seen in the tender documents
  8. Contractor shall visit the Site to study the working area before quoting.

Name of work / Amount put to Tender (Rs in Lakhs) / EMD
(Amount in Rs) / Tender Processing fees (Nonrefundable) / Contract period for completion of work
Diversion of LBC water to Maralihalla Stream from Dasanalla to Bappireddy Camp near Gangavathi- (Reach-I) / 63.00 / 1,26,000.00 / As per e-portal / 30 days
(including monsoon period)

Calendar of Events

  • Last date of receipt of tender on 11.01.2016 ------up to 4:00PM
  • Date of opening of technical bid is on 13.01.2016. ------at 4.30 PM.
  • Date of opening of financial bid is on 13.01.2016. ------at 05.00 PM.

Eligibility Criteria

01.KPWD/KPCL registered Class-II & above Contractors having adequate experience and fulfilling the MINIMUM PRE-QUALIFICATION REQUIREMENTS can bid for the tender.

02.No joint venture/Consortium is permissible

03.Bidder shall not be under declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka.

04.None of the contracts of the bidder/company/individuals should have been terminated/foreclosed on account of his default elsewhere during last five years.

05.The bidder should have following documents

  1. Income tax PAN.
  2. VAT registration certificate.
  3. Independent PF code.
  4. Service tax registration certificate.

06.MINIMUM PRE-QUALIFICATION REQUIREMENTS:

  1. The intending bidder should have executed one civil work costing not less than 31.50 Lakhs in any one of the last five years i.e 2010-11, 2011-12, 2012-13,2013-14 and 2014-15. Certificate from the competent authority shall be furnished.
  2. The average financial annual turnover of the agency should not be less than Rs.63.00 Lakhs in any two financial years during the past five years 2010-11, 2011-12, 2012-13, 2013-14 and 2014-15. A copy of statement of accounts certified by charted accountant shall be enclosed as a documentary proof.
  3. The intending bidder shall enclose the attested copies of PAN, sales tax/VAT/Composition Registration, PF registration and Service tax registration number.

07.The tender is of two cover system

The Bidder should upload the original scanned copies of the following documents.

COVER – I (Technical bid)

a)Documentary evidence for pre-qualification requirement mentioned in para no.6.

b)The declaration by the bidder that the 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) VAT registration certificate

3) Independent PF code.

4) Service tax registration certificate

5) Declaration that bidder’s offer has no conditions contravening the

Commercial conditions of the bid.

d)Declaration of methodology of payment of Service tax 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.

COVER – II (Financial bid)

Cover – 1 (Technical Bid) will be opened first. Thereafter cover-II (Financial Bid) of those bidders who have furnished details/documents mentioned i.e. cover-I (Technical Bid) will be opened.

08The 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.

09Rates shall be quoted in Tender Schedule – B (Financial Bid) in the web site itself.

10The agencies those who are eligible can bid for the said work including the other counterpart work “Training of Maralihalla stream from Bappireddy camp to Maralihalla pump house near Dhanapur (Reach-II)” invited vide e-portal on 22.12.2015. However, in view of urgency for early completion, the said works of both the part will not be awarded to a single agency.

11For 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.

12The tender shall be valid for 180 days from the date of submission of Tenders.

13The tender document is part and parcel of the agreement.

14Conditional Tenders will not be accepted.

15KPCL 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.

16Right to reject any or all the bidder without assigning any reasons rests with the accepting authority.

17The successful bidder shall give an undertaking that they would abide by the provisions of the Employee’s Provident Fund Act.

18The contractor shall obtain insurance coverage for all the workers working in this area.

19The 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.

20The rates quoted by the bidder shall include all applicable taxes, duties, levies, royalty etc., as per the prevailing rates as on 30(thirty) days prior to the date of submission of bids.

21KPCL shall recover the Income Tax, Work contract Tax, VAT etc., at the prevailing applicable rates.

22The 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.

23Contractor should have independent 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”.

24The successful bidder shall obtain the applicable ESI registration certificate.

25In case the dates notified above are declared as holiday, the immediate next working day shall be reckoned.

26If the contractor makes any alterations in the conditions of the contracts or puts any condition of his own, such tenders are liable for rejections.

27Any other information required may be obtained from the office of the undersigned during office hours.

28Further details of the work can be obtained in the Office of the Executive Engineer (Civil)-2 (Civil), BTPS, Kudathini during office hours.

29The tender notification along with Blank Tender Form will be accessible in the e-procurement website (

30Aspiring bidders/contractors who have not obtained the user ID and Password for participating in e-procurement in Karnataka Power Corporation Limited may now obtain the same from the website (

31Contract performance guarantee: The successful bidder has to furnish contract performance equivalent to 5% of the contract value plus additional security towards unbalanced tender in the form of FDR/DD from a schedule bank with an appropriate validity period (including maintenance period in addition to the completion period of work envisaged) within 20days from the date of letter of award (LOA).

32Corrigendum/modification/Corrections, if any will be published in the website only. For any clarification on e-procurement or request for e-procurement training can be contacted on Office of The Executive Engineer (Civil)-2, Karnataka Power Corporation Ltd., Ballari Thermal Power Station, Kudathini - 583 152, Ballari (Dist) during office working hours (i.e., from 09:00AM to 05:30PM).

for KARNATAKA POWER CORPORATION LIMITED

--sd--

Executive Engineer (Civil)-2