KARNATAKA POWER CORPORATION LIMITED

(A Government of Karnataka Enterprise)

BRIEF BID NOTIFICATION

(TWO COVER SYSTEM)

(Through e-Procurement Portal Only)

No. A1 M1 B3/SCCL- RCR - CTA/September 2014 dtd: 15.09.2014

1.0 Tenders are invited from reputed companies/ persons having funds mobilization capacity for transportation of coal from colliery delivery points by road to railway siding, loading into wagons and should have knowledge & experience for the movement, handling & delivery of coal against ROAD CUM RAIL LINKAGES FROM KHAIRAGURA / BPA OC-II / DORLI OC-I & II / SRIRAMPURA/ MEDIPALLI LOADING POINT/S OF SINGARENI COLLIERIES CO. LTD., TO RTPS/BTPS BY ROAD CUM RAIL for a quantity of approximately 10.10 lakh MTs per annum of coal to Raichur Thermal Power Station and 2.50 lakh MT of coal to Bellary Thermal Power Station under MoU basis including the works of Liaisoning, Supervision & Monitoring of quantity from Loading Point/s.

Tender documents may be downloaded from government of Karnataka e-procurement website https://eproc.karnataka.gov.in under login for contractors.

2.0  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 (from) the portal as per (within) the prescribed date and time published in the e-portal. Only interested bidders who wish to participate should remit on-line transaction fee for tender after registering in the portal. The transaction fee is non-refundable.

3.0  Tenders must be accompanied by earnest money deposit which should be paid online through e-procurement portal using any of the following modes.

(i)  Credit Card

(ii)  Debit Card

(iii) Net banking

(iv) National Electronic Fund Transfer (NEFT)

(v) Remittance at the bank counter (ICICI bank only)

Tenders (both technical bid (Cover-1) & financial bid (Cover-2)) must be electronically submitted (online through internet) within the date and time published in e-procurement portal. Cover-1 of tender will be opened at prescribed time and date in the e-procurement portal, in the presence of the tenderers who wish to attend the Cover-1(Part-I) opening at the office of the SUPERINTENDING ENGINEER (FUELS), Karnataka Power Corporation Limited, No.82, Shakti Bhavan, III Floor, Race Course Road, BANGALORE – 560 001. Opening of Cover-2 (Part-II) will be intimated later.

4.0  Validity: The Bid submitted shall be kept valid for 180 days from the date of opening of Cover - 1 (Part-I) of the Bid.

5.0  Earnest Money Deposit: Earnest Money Deposit of Rs 15.00 lakh which should be paid online through e-Procurement portal for the tender shall be in any of the above payment modes indicated under Clause 4.0.

6.0  Calendar of Events:

NIT published date, through e-portal / 15.09.2014
Document can be accessed on e-procurement portal / 15.09.2014 to 16.10.2014
Last date for seeking clarifications by the tenderers in writing / 25.09.2014
Pre bid meeting / 27.09.2014
KPCL clarifications to tenderers / 6.10.2014
Last date of receipt of completed -Tender documents (Cover-1 & Cover-2) / upto 1700 hrs on 16.10.2014
Date of Opening of Cover-1 (Part – I) / 20.10.2014 @ 1100 hrs
Date of Opening of Cover-2 (Part-II) of the qualified tenderer / Will be intimated later

7.0  Qualification Criteria:

The following are the eligibility criteria for the bidders to participate in the bidding process.

The tenderer

a) should have previous experience in any one (1) financial year during the preceding five (5) financial years (i.e., 2009-10, 2010-11, 2011-12, 2012-13 & 2013-14) in the following areas:

i)  liaisoning with Coal company relating to Coal from any loading point/s.

ii) liaisoning with railways at Loading Point/s.

iii) supervising loading of Coal at any loading point/s.

iv) monitoring the movement of Coal rakes for any thermal power station / industrial unit by rail.

v) should have satisfactorily handled at least a minimum quantity of 6 (six) lakh MTs of coal in any one (1) financial year during the preceding five financial years, i.e., 2009-10, 2010-11, 2011-12, 2012-13 & 2013-14.

vi) should be a registered Class-I Transport TENDERER with concerned state Govt. or SCCL and must have one year experience of transport of coal by Road.

OR

should have acquired experience in the fieldof transportation by road of coal of more than 2500 MT per day and loading into wagons by pay loaders.The Tenderer must essentially have one year experience of transport of coal and required tools, plant and vehicles.

Note: Please refer “Definition of Terms” for Coal and Loading Point/s

vii) should have more than 30 employees on his regular roll and should submit copy of yearly returns of the Provident Fund (PF) deductions to the PF Commissioner.

viii) 1) If the railway siding is owned by railways, the certificate shall be from competent Railway authorities viz. Sr. Divisional Operations Manager, Sr. Divisional Commercial Manager, DRM, COM, Dy. COM etc.,

If the railway siding is owned by private parties, the permission/ consent letter / Agreement shall be obtained from the owner or authorized legal representative of the owner.

2) The location of the Railway siding and its distance from Khairagura / BPA OC-II / Dorli OC-I & II/ Srirampura/ Medipalli loading point/s from where the coal shall be despatched to RTPS/BTPS of KPCL shall be furnished.

3) The information regarding weighment arrangement at the Railway siding shall be furnished

b)  should be in its name have in the last five years i.e., 2009-10, 2010-11, 2011-12, 2012-13 & 2013-14 achieved in at least two financial years a minimum financial annual turnover of Rs. 64.00 crores and shall furnish a copy of Audited Balance sheets duly certified by the chartered accountant .

c)  be financially sound and capable of executing high value contracts. As a proof of their financial capacity they should produce a firm and unconditional letter of commitment for an amount of Rs. 8.00 crores (Rs. Eight Crores only) or more from any nationalized bank/scheduled bank/branches of foreign banks in India valid for minimum one year to meet the fund requirement for payments relating to the contract.

d) DOCUMENTS TO BE SUBMITTED

1) The bid shall accompany the documentary evidence satisfying all the above conditions in the form of certificate issued by General Manager/ Chief Engineer/ Head of the Company or Electricity Board/ Industrial Units, along with copies of work orders and a Letter of Commitment from the bankers

2) The details regarding availability of transportation vehicles / tippers, coal loading machinery at the railway siding / stack yard forloading of coal into wagons, their capacity etc.The details shall be furnished as per Schedule IV. KPCL will have the right to inspect all the equipments / vehicles offered by the Tenderer and verify their ownership / control as well as their present working condition and other details if considered necessary before deciding the tender and awarding the work.

NOTE: 1) Clear & readable attested photocopies of documents should be provided. The Tenderer shall produce originals for verification on demand.

2) Above qualifying requirements are to be read in totality and not in isolation.All relevant documents should be submitted along with the Tender, failing which, the Tender shall be liable for rejection.

3) It is essential to fill in all the information in the prescribed schedule or else the tender will be liable for rejection.

4) The taxes & duties applicable are to be indicated item wise in Price-Bid Schedule-I.

The Tenderer shall quote their rates only in the format given at Schedule-I. Any deviation in the format may lead to rejection of offer even at later stage i.e. after opening of price bid also, which may please be noted

5) The bidder should have executed the contracts successfully to the satisfaction of the order placing party without any default. The bidder shall have to submit the experience performance certificate(s) in original in this regard. The experience/performance certificate(s) should reflect minimum quantities as stated above for minimum qualifying criteria.

6) Experience in the main contract shall only be considered for satisfying the experience criteria specified in PQR. The contracts should have been bagged from the utility for whom the coal is transported / handled and executed by the agency in its own name.

7) Experience as sub-contractor / Consortium member / Joint Venture shall not be considered for qualifying the experience criteria specified in PQR

8) KPCL also reserves the right to seek such additional information as it may deem fit to satisfy itself of the eligibility of the Bidder.

9) The bidder cannot submit multiple bids.

10) No consortium or joint ventures is permitted

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

9.0  The tender is on two cover system consisting of Cover - 1 (Technical) and Cover - 2 (Price bid).

10.0  Bids submitted within the scheduled date and time shall only be eligible for further processing of the bids. Any bid submitted after the date and time specified shall be rejected even if it is accepted by the e-portal. Date and time stamp of the e-portal system shall be final in deciding the time of submission of bid. Decision of the Corporation in this regard shall be final and acceptable to all the bidders.

11.0  The original documents should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification.

12.0  PRICE BID Document shall be uploaded in e-procurement portal only in the space provided for uploading “FINANCIAL BID DOCUMENTS” in the website itself.

13.0  Price bid of bidders who have furnished all the documents to meet the qualification criteria, technically and commercially responsive will only be opened.

14.0  KPCL reserves the right to verify any information/documents furnished by the bidder should the circumstances so warrant. In case the information or the documents furnished are found to be incorrect/false or invalid then the EMD furnished by such bidder will be forfeited.

15.0  Corporation reserves the Right to reject any or all the tenders without assigning any reasons. However, in all cases KTPP act shall be followed.

16.0  The Tender Notification along with Blank Tender Form will be accessible in the e-procurement website (https:/eproc.karnataka.gov.in)

17.0  Bidders 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 (https:/eproc.karnataka.gov.in)

18.0  Corrigendum/modification/corrections, if any, will be published in the website only. For any clarification on e-procurement or request for e-procurement training, bidder can contact HELPDESK at – 080-22485927/22485867.

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

THE SUPERINTENDING ENGINEER (FUELS),

Karnataka Power Corporation Limited,

No.82, Shakti Bhavan,

III Floor, Race Course Road,

BANGALORE – 560 001

Telefax. No. 080-22203894

e-mail:cefuels@karnatakapower.com website:www.karnatakapower.com