1

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD

OFFICE OF THE CHIEF ENGINEER (NORTH)

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD

JALAMANDALI COMPOUND, SIR M.VISHVESHVARAYYA ROAD DHARWAD

Telephones: 0836-2447090Fax: 0836-2446890

TENDERS FOR THE WORK OF PROVIDING UGD SCHEME TO LAKSHMESHWARTOWN

Tender Reference:Indent No.

WORK_INDENT 741

Date and time for commencement of downloading: Date: 02-09 -2015Time:11:00Hrs

of tender document from the e-procurement portal

Last date and time for seeking clarifications if any : Date:09-09-2015.Time:11:00Hrs

Date, time and venue of pre-bid meeting: Date:09-09-2015. Time:11:00 Hrs

Venue: Office of the Chief Engineer (North)

Karnataka Urban Water Supply and Drainage Board

Jalamandali Compound, Sir M. V. Road, Dharwad

Last date and time for downloading of the tender document: Date:16-09-2015.Time:17:00Hrs

From the e-procurement portal

Last date and time for submission/uploading of tender in the : Date:16-09-2015.Time:17:30Hrs

e-procurement portal

Date and time for opening of the Technical tenders: Date:18-09-2015.Time:11:00Hrs

Date and time for opening of the financial tenders: Will be notified to the qualified tenderers on the e-procurement portal.

Place for opening of the tenders and address for communication:Office of the Chief Engineer (North)

Karnataka Urban Water Supply and Drainage Board

Jalamandali Compound, Sir M. V. Road, Dharwad

Contents

Sl.No / Description / Page No.
1 / Invitation for Tenders (IFT) / 3
2 / Instructions to Tenderers (ITT) / 5
3 / qualification information / 17
4 / FORM OF TENDER, EARNEST MONEY DEPOST FORM,
LETTER OF ACCEPTANCE, notice to PROCEED
WITH THE WORK AND agreement form / 20
5 / Conditions of Contract (CC) / 27
6 / CONTRACT DATA / 72
7 / Specifications / 80
8 / Drawings / 222
9 / Bill of Quantities / 223
10 / FormATS OF SECURITIES / 224

SECTION 1: INVITATION FOR TENDERS (IFT)

Date: 01-09-2015IFT No.:Indent No.741

1.The Chief Engineer (North), Karnataka Urban Water Supply and Drainage Board, Dharwad invites e-tenders (as per Rule 18-A of the KTPP Act) from eligible tenderers, for the construction of works detailed in the Table below. The tenderers may submit tenders for any or all of the works given in the Table. Two Cover Tender procedure as per Rule28 of the KTPP Act shall be followed. The Tenderers are required to upload two separate folders one Techno-CommercialTender foldercontaining the Earnest Money Deposit details and the details of their capability to undertake the tender (as detailed in ITT Clause 3and 6), which will be opened first and the second folder containing the Financial tender of those tenderers found to be qualified to execute the tendered works. The Tenderers are advised to note the minimum qualification criteria specified in Clause 3 of the Instructions to Tenderers to qualify for award of the contract.

2.Tender documents are available on line in the Government of Karnataka e-procurement portalfrom

02-09-2015to16-09-2015. The tenders are to be submitted online through the e-procurement portal only. Tenders submitted in any other manner will not be accepted. Tenderers are required to obtain Level III digital signature from designated firms (available on the e-procurement portal) and then register with the Government of Karnataka e-procurement platform and submit tenders by using their ID and digital signature.

3.Tenderers must provide earnest money deposit and pay tender processing fee as specified in columns 4 and 5 of the Table below and as detailed in Clause 13 of the Instructions to Tenderers (ITT).

4.A Pre-tender meeting will be held on 09-09-2015 at 11:00hours at the office of Chief Engineer (North) Karnataka Urban Water Supply and Drainage Board Dharwad to clarify the issues if any, and to answer questions on any matter that may be raised at that stage as stated in Clause 8.2 of ‘Instructions to Tenderers’ of the tender document.

5.Tenders along with necessary information/documents must be uploaded to the e-procurement portal as per tender document on or before17:30 hours on 16-09-2015 and First Foldercontaining the Techno-Commercial tender will be opened on18-09-2015 day after11:00hours at the stipulated venue, in the presence of the Tenderers or their authorized representatives who wish to attend. If the office happens to be closed on the date of opening of the tenders as specified, the tenders will be opened on the next working day at the same time and venue.

6.Other details can be seen in the tender documents posted on the e-procurement portal.

7.The Employer shall not be liable for any delays due to system failure beyond its control. Even though the system will attempt to notify the Tenderers of any tender updates, the Employer shall not be liable for any information not received by the Tenderers. It is the Tenderer’s responsibility to verify the e-procurement portal for the latest information related to the tender. E-mail address of the Helpdesk is . E-procurement portal help desk telephone numbers are: (080) - 25501216/ 25501227 (Timings 9.00 hours to 21.00 hours).The Tenderer is required to ensure browser capability of the computer well in advance to the last date and time for receipt of the tenders. The Employer shall not be responsible for non-accessibility of e-procurement portal due to internet connectivity issues and technical glitches.

TABLE

Package
No. / Name and description of work / Approximate value
of work (Rs.lakhs) / Earnest Money Deposit
(Rs.lakhs) / Tender Processing fee
(Rs.) / Period of completion
Including monsoon
(months)
1 / 2 / 3 / 4 / 5 / 6
LXMR-1 / PROVIDING UGD SCHEME TO LAKSHMESHWAR TOWN / 1606.33 / 16.07 / As per e-procurement portal / 18
Months

Sd/-

Chief Engineer (North)

KUWS&DB,Dharwad

Section 2: Instructions to Tenderers (ITT)

Table of Clauses

Page No.

A.General

1.Scope of Tender6

2.Eligible Tenderers6

3.Qualification of the Tenderer6

  1. One Tender per Tenderer8
  2. Cost of Tendering8
  3. Site Visit8

B.Tender Documents

  1. Content of Tender Documents8
  2. Clarification of Tender Document8

9.Amendment of Tender documents9

C.Preparation of Tenders

10.Documents comprising the Tender 9

11.Tender prices10

12.Tender validity10

13.Tender Processing Fee and Earnest Money Deposit10

14.Format and signing of Tender11

D.Submission of Tenders

15.Tendering through E-Procurement System 11

16.Deadline for submission of Tenders 11

  1. Late Tenders 12

18.Modification and Withdrawal of Tenders 12

E.Tender opening and evaluation

  1. Opening of First Folder (Techno-Commercial Tender) of all Tenderers

and evaluation to determine qualified Tenderers 12

20.Opening of Second Folder (Financial Tenders) of qualified Tenders and evaluation 13

21.Process to be confidential 13

22.Clarification of Tenders 13

23.Examination of Tenders and determination of responsiveness 14

24.Correction of errors 14

25.Evaluation and comparison of Tenders 14

F.Award of contract

26.Award criteria 14

27.Employer’s right to accept any Tender and to reject any or all Tenders 15

28.Notification of award and signing of Agreement 15

29.Security deposit 15

30.Advance payment and Security 15

31Corrupt or Fraudulent Practices 16

A. General

1.Scope of Tender:

1.1The Chief Engineer (North) Karnataka Urban Water Supply and Drainage Board Dharwad (Referred to as Employer in these documents) invites tenders following “Two Cover tender procedure”, from eligible Tenderers, for the construction of works (as defined in these documents and referred to as "the works") detailed in the Table given in the Invitation for Tenders (IFT). The Tenderers may submit tenders for any or all of the works detailed in the table given in IFT.

2.Eligible Tenderers:

2.1Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka.

2.2Tenders from Joint ventures are not acceptable.

3.Qualification of the Tenderer:

3.1All Tenderers shall upload to the e-procurement portalthe requested information (in First Folder Techno –Commercial Tender) accurately and in sufficient detail as also the requested documents as stipulated in Section 3: Qualification information.

3.2To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e. 2010-2011 to 2014-2015).

(a)achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs.2142.00lakhs1

(b)satisfactorily completed(at least 90% of the contract value) as prime contractor, at leastOne Underground Drainage work of value not less than Rs. 803.00lakhs2

(c)executed3 in any one year, the following minimum quantities of work:

i / Providing, laying, jointing and commissioning of SWG / RCC/ DI pipe for sewerage line. / : / 33280 Rmtr
ii / Construction of BBM/RCC Manhole chambers / : / 1000 Nos.
iii / Earthwork Excavation in all sorts of soils / : / 63360.00 Cum

(d)The Tenderer or his identified sub-contractor should have satisfactorily completed (at least 90% of the contract value) 1 number of RCC Jackwell /Intakewell / RCC framed structure/Wetwell.

(e)The Tenderer or his identified sub-contractor should have satisfactorilyconstructed/installed and commissioned 1 number of Sewage Treatment Plant of capacity not less than4.40MLD;

3.3Each Tenderer should further demonstrate:

(a)Availability by owning the following required key and critical equipment for this work

-Concrete Mixer (1 cement bag capacity with Hopper) – 2 Nos

(b)The additional quantity can be deployed on lease/hire basis, provided, the relevant documents (commitment agreements etc.,) for availability for this work are furnished along with qualification information:

-Concrete Mixer (1cement bag capacity) with Hopper - 2 Nos.

-Excavator / Backhoe loader (0.24 cum capacity) - 2 Nos.

-Truck/Tipper - 2 Nos.

-Plane vibrator for soil compaction-1 No.

-Truck/Tractor mounted breaker – 2 Nos

1. To bring to the FY in which the tenders are invited. Financial turn overs of previous years shall be given a weight of 10% per year to bring them to the price level of the FY in which the tenders are invited

2. To bring to the FY in which the tenders are invited. The value of the completed works in previous years shall be given a weight of 10% per year to bring them to the price level of the FY in which the tenders are invited

3. The quantity could be in one or more contracts. However it has to be in one financial year.

NOTE:

Based on the studies, carried out by the Employer the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule are shown in the above list.

The bidders should, however, undertake their own studies and furnish with their tender, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.(This should be uploaded in the First Folder Techno-Commercial tender in the e-procurement portal. Failure to furnish the information as above may result in rejection of the tenders)

(c)Liquid assets and /or availability of credit facilities of no less thanRs.267.72Lakhs(Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc.

3.4To qualify for a package of contracts made up of this and other contracts for which tenders are invited in this IFT, the Tenderer must demonstrate having experience and resources to meet the aggregate of the qualifying criteria for the individual contracts.

3.5Sub-contractors’ experience and resources shall not be taken into account in determining the Tenderer’s compliance with the qualifying criteria except to the extent stated in 3.2 (d), (e) above.

3.6Tenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total estimated value of the work put to tender. The available tender capacity will be calculated as under:

Assessed available tender capacity = ( A*N*1.5 - B )

Where,

A =Maximum value of civil engineering works executed in any one year during the last five years (updated to 2015-16 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 (1.5 years).

B =Value, (at 2015-16 price level), of existing commitments and on-going works to be completed during the next1.5years.

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, (of Government Departments / Government Undertakings) not below the rank of an Executive Engineer or equivalent.

3.7Even though the Tenderers meet the above criteria, they are subject to be disqualified if they have:

-made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or

-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

-participated in the previous Tender for the same work and had quoted unreasonably high tender prices and could not furnish rational justification.

4.One Tender per Tenderer:

4.1Each tenderer shall submit only one tender for one package. A tenderer who submits or participates in more than one Tender (other than as a sub-contractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Tenderer’s participation to be disqualified.

5.Cost of Tendering:

5.1The tenderer shall bear all costs associated with the preparation and submission of his tender, and the Employer will in no case be responsible and liable for those costs.

6.Site visit:

6.1The Tenderer at his own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for construction of the Works. The cost of visiting the Site shall be at the Tenderer’s own expense.

B. Tender documents

7.Content of Tender documents

7.1The set of tender documents shall have all the Sections given in Page 2:

7.2The tender documents are available on line on the website The tender documents can be downloaded free of cost.

8.Clarification of Tender Documents

8.1A prospective tenderer requiring any clarification of the tender documents may notify on line the Employer .The Employer will respond to any request for clarification which he receives up to the pre-bid meeting date and time. Description of clarification sought and the response of the Employer will be uploaded for information of all the prospective tenderers without identifying the source of request for clarification.

8.2Pre-tender meeting:

8.2.1The tenderer or his authorized representative is invited to attend a pre-tender meeting which shall take place atthe office of the Chief Engineer (North), Jalamandali Compound Sir. M.Vishwesharaya Road, Dharwad -580 001on 09-09-2015 at 11.00 hours

8.2.2The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

8.2.3The tenderer is requested to submit any questions online through the e-procurement portal not later than the day of the meeting.

8.2.4Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be uploaded on the web site for the information all the prospective tenderers without identifying the source of questions raised. Any modification of the tender documents listed in Sub-Clause 7.1 which may become necessary as a result of the pre-tender meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 9 and not through the minutes of the pre-tender meeting.

8.2.5Non-attendance at the pre-tender meeting will not be a cause for disqualification of a tenderer.

9.Amendment of Tender documents

9.1Before the deadline for submission of tenders, the Employer may modify the tender documents by issuing addenda/corrigendum which shall be posted on the e-procurement portal and efforts would be made to send e-mail communications to all the registered tenderers.

9.2Any addendum/corrigendum thus issued shall be part of the tender documents and shall be notified as addendum/corrigendum in the e-procurement portal, which shall be binding on all the prospective tenderers.

9.3To give prospective tenderers reasonable time in which to take an addendum /corrigendum into account in preparing their tenders, the Employer shall extend as necessary the deadline for submission/uploading of tenders, in accordance with Sub-Clause 16.2 below. This shall be notified in the e-procurement portal.

C. Preparation of Tenders

10.Documents comprising the Tender

10.1The tender submitted by the Tenderer shall be submitted/uploaded in two folders and the folders shall contain the documents as follows:

10.1.1First Folder – Techno- Commercial Tender:

a)Details of Tender Processing and Earnest Money Deposit in accordance with Clause of ITT and in the form given in Section ;

b)Scanned copy of the DD/CC/BG / BC/Specified Small savings Instruments (SSI) or other financial instruments

c)Qualification Information as per formats given in Section 3;

d)Subcontractor’s qualification and experience in support of their meeting the prescribed qualification criteria;

e)Affidavit testifying the correctness of the information furnished and correctness of the documents uploaded by the tenderer in support of the qualification information.

10.1.2Second Folder- Financial Tender:

(a)The Tender (in the format indicated in Section 4)

(b)Priced Bill of Quantities (Section 9);

and any other forms/statements etc., required to be completed and submitted by Tenderers in accordance with these instructions. The documents listed under Sections 3, 4, 6 and 9 shall be filled in without exception.

10.2Tenderers submitting tenders together with other contracts stated in the IFT to form a package will so indicate in the tender together with any discounts offered for the award of more than one contract.

10.3 Only the originals of the tender security (if it is in the form of Demand draft/Cashier’s cheque/Banker’s cheque/Bank guarantee) and the original affidavit regarding correctness of information furnished and documents uploaded shall be produced or delivered by post/courier to the Office of Employer within 5 days after the last date of submission/uploading of the tender which shall be verified and retained by the Employer. The Employer shall not be held responsible for any delays in the receipt of the aforesaid documents. During this period the verification of the receipt of the tenderprocessing fee as well as the cash portion of the tender security shall be completed. The Bank Guarantee/DD/CC/BC/SSI (for earnest money deposit) would be checked for their adequacy with respect to amount, validity and acceptability. The tenders of only those tenderers who have produced the original affidavit regarding correctness of information/document for verification and those who have paid the stipulated tender processing fee and adequate tender security in an acceptable form and duly valid as stipulated shall be opened at the appointed time to be notified on the e-procurement portal.