CAUVERY NIRAVARI NIGAMA LIMITED (A Government of under taking)

OFFICE OF THE EXECUTIVE ENGINEER, KABINI CANALS DIVISION, NANJANGUD-571301, DISTRICT; PHONE / FAX NO. 08221-226261 E-Mail : [email protected] BRIEF TENDER NOTIFICATION (THROUGH E-PROCUREMENT PORTAL ONLY)

SHORT TERM TENDER NOTIFICATION No. 07 /2015-16 Dated 08-06-2015 Item wise Tenders are invited through e-procurement portal only on behalf of Managing Director, Cauvery Neeravari Nigama Ltd., , from Eligible contractors registered in KPWD / CPWD / ID / And state Govt., under taking any other Dept., and compulsorily enrolled in CNNL, Mysore / Bangalore, for below mentioned works.

STATEMENT OF WORKS Est. Amount Tender Stipulated period of Class of Sl. As per E M D processing Name of the work completion eligible No. Schedule-B ` charge (In .) including Contractor ` ` (In .) (In .) Monsoon 1 Removal of Silt and Jungle and 600000 12000 Refer as per One month Class-III Repairs to Structures in Disty. e- & above No.16,17,18,19,20 & 21 of procurement KRBC and Repairs to D-17 Distributory gates Under KRBC. 2 Repairs to structures & removal 600000 12000 - “ - One month Class-III of jungle & silt in D-22, D-23 & above and its minors. Karalpura pickup & Deveera mmanahalli tank canal under D-23, D-24, Kunteri tank canal under D-24, Head Sluice of D-25 & removal of jungle & silt in D-25 , D- 26 of KRBC. 3 Repairs to Head Sluice of 720000 14400 - “ - One month Class-III Hosur High Level Distributory & above near D-26 of KRBC, Repairs to structures &removal of jungle & silt in D-27 & 28 , D-29, D-30, D-31 and its minors, of KRBC. 4 Removal of jungle & silt and 650000 13000 - “ - One month Class-III repairs to structures in Mullur & above branch, in DPO-1 to DPO-7, Madakehundi distributory 1 & 2, Jalahalli and Ariyur branch Jalahalli and Ariyur branch Hadya branch, kadajetty branch and kadajetty Pickup & Provision for New Sluice gates to distributries from Ch 0.00 to 56.00 km of NHLC. & Removal of jungle & silt from ch: 0.00 to 56.00.00 km in main canal , Shanthaiahana hundi branch of NHLC. 5 Removal of jungle & silt and 530000 10600 Refer as per One month Class-III repairs to structures in e- & above Kaggalihundi, Yalahally, procurement Melagally-1, Melagally-2, Shettihally, Madapura, Belale, Heggadahalli, Gudda-1, Gudda- 2. Huskur-2 & Huskur-3 branches under NHLC. 6 Repairs to Head Sluice Gate & 750000 15000 - “ - One month Class-III Cross regulator of D-35, & above Repairs to structures & removal of jungle & silt from ch:56.00 to 87.00.00 km of Main canal & in distributory No. 31 to 53 of NHLC & Sinduvally tank under NHLC. 7 Removal of Silt and Jungle from 490000 12500 - “ - One month Class-III Ch:0.00 to 19.00Km of & above Hullahally Main Channel, from Ch:0.00 to 8.00Km of Kallahally branch , Ch:0.00 to 6.00Km of Debur branch . & Repairs to Escape gates at Ch:10.450Km Under Hullahally Channel. 8 Repairs to structures & removal 220000 5500 - “ - One month Class-III of jungle & silt in vulnearable & above reaches of branches and minors from ch:24.00 to 55.00 km of Rampura channel 9 Repairs to structures & removal 600000 12000 - “ - One month Class-III of jungle & silt in vulnearable & above reaches of branches and minors from ch:19.00 to 69.00 km of Hullhalli channel 10 Improvements to road and 3831561 38400 - “ - - “ - Class-I B Beereswara temple, & above construction of Sopanum from Mullur ch 0.0-2.2km , under NHLC. 11 Improvements to road and 1997399 30000 - “ - - “ - Class-II construction of Cart Bridge to & above Hanchipura Halla from Hadya ST Colony in Nanjangud Taluk. 12 Improvements to Road from 4340666 43500 - “ - Three Class-I B Kalmalli to Sannamallupura and months & above Construction of Causeways across addahalla connecting the road Kalmalli to Sannamallupura under D-31 & D 32 of KRBC. 13 Improvements to Road from 2992489 30000 - “ - - “ - Class-I B Mudahalli to Aluthur Hundi from & above Ch 0.00 to 2.00Km under Rampura Channel. 14 Improvements to Road from 1991080 29900 - “ - - “ - Class-II Mudahalli to Hadinaru to Kabini & above river Via Addahalla from Ch 0.00 to 2.50Km under Rampura Channel. 15 Providing Protective works to - “ - - “ - weir on D/S of bathing pond 4560855 45700 Class-IB across near Suttur & above village in Nanjangud Taluk. 16 Construction of Inlet to Kabini 1948532 29300 - “ - - “ - Class-II river from the wet field near & above Hejjige Village in Nanjangud Taluk.

The contractor has to submit his tender through on line e-procurement only. Contractor should scan the Registration copy, work done certificate and any other document and submit through on line. EMD and processing fee shall be paid through e- payment. More information can be had from web site www.eproc.karnataka.gov.in

1 Last Date and Time for tender queries / Clarification 17-06-2015 upto 4.00PM

2 Last Date and Time for receipt of completed tender 18-06-2015 upto 4.00PM and EMD

3 Date & Time for opening of tender bid 20-06-2015 at 5.00PM

Any other details required can be obtained from office of the under signed during office hours.

Conditions:

1. Name, Address of contractor, Phone number, E-Mail address and registration copy etc should be submitted on line. 2. EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection. 3. EMD and Tender processing fee shall be paid through e-Payment using the following four modes of Payment: (a) Credit card payment (b) Direct debit payment (c) National electronic fund transfer (d) Over the Counter (OTC) 4. Tenders from joint venture are not permissible. 5. Sub-leasing / G.P.A. of work is prohibited. 6. The intending bidder should furnish the certificate of registration issued by State / Central / Public Sector Organizations and certificate of enrollment in CNNL. 7. Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practice issued by Government of Karnataka.

8. The Bidder shall ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date of bid submission.

9. The tenderer is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders.

10. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches.

11. Conditional tenders will be rejected.

12. The 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.

13. The tender processing fee will neither be refunded nor will be transferred to other works.

14. The CNNL reserves the right of rejecting any or all of the tenders without assigning any reason and will not be bound to accept the lowest tender.

15. If the rate(s) quoted by tenderer for any item(s) of work is / are below the estimated rates of 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 rate and the estimated rates. In case of contractor quoting rate above 125% of the estimated rates, then the amount over and above 125% will be withheld during the progress of work.

16. Royalty on construction materials and other taxes will be deducted as per prevailing Government orders.

17. Amount put to tender includes cost of cement, Steel and other materials and labour charges. The rates quoted must also be inclusive of Sales Tax, Excise Duty, Royalty, Octroi, Quarry fee etc., No extra payment on this account will be entertained.

18. Contractor has to make his own arrangement for procurement of all materials required for the work. There is no departmental supply of materials. Contractor should procure only ISI mark materials and submit necessary quality control certificates from the authorised quality control authority, before execution.

19. One percent (1%) of the bill amount of the successful tenderer will be deducted towards the construction labour welfare fund as per Government Order LD / 300 / LET / 2006 Bangalore dated 01-01-2007 and Government letter No. PW / 134 / BMS / 2007 dated 27-07-2007.

20. All scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval.

21. Further details and information, if any, required can be had from the Office of the Executive Engineer Kabini Canal Division, CNNL, Nanjangud, Karnataka, on all working days during office hours.

22. If any of the dates mentioned above happens to be a General Holiday, the next working day will hold good in lieu of the date mentioned.

23. The work includes all lead and lift and work shall be carried out as per the instructions of the Engineer-in-Charge of the work. The rates in the schedule-B include all lead and lift irrespective of distance and height. No extra charges will be paid for additional lead and lift.

24. The validity period for E.M.D. shall be for a minimum period of 180 days from the date of opening of tenders.

25. If Nigama wishes to engage third party inspecting agency for the said work, apart from the Quality Control authorities and field tests of the Nigama and Contractor, then the contractor should co-operate with the third party test and Quality Control authorities.

26. Any necessary documents can be uploaded in spaces provided for general documents in upload document section.

27. In addition to the above, all the conditions, as stipulated in the tender booklet of CNNL should be followed.

28. If the contractor is not enrolled in CNNL, the successful contractor should enroll in CNNL before concluding agreement.

29. Defect liability period depending upon nature / type of work is as under. a) For all the cross drainage works aqueducts/ embankment and other works costing less than Rs. 50 Lakhs the defect liability period is 3 years form the date of completion of the entire work. b) For all cross drainage works/aqueducts/embankment and other works costing more than Rs. 50 Lakhs the defect liability period is 5 years form the date of completion of the entire work. c) For all types lining and other works the defect liability period is 3 years from the date of completion of the entire work. d) For works like road, silt and other small works which will be taken up out of * maintenance grant the defect liability period shall be 3 months from the date of completion certificate and shall not be later than 6 months from physical completion of the entire work. 30. Performance guarantee : For all works an amount equal to 5.00% of the contract value will be withheld as "Performance guarantee amount" out of security deposit i.e. 7.5% of contract value (EMD+FSD), till the expiry defect liability period.

Any details / information can be had from the web site: www.eproc.karnataka.gov.in

(M.C.Chandrashekar) Executive Engineer, CNNL, Kabini Canals Division, Nanjangud

No: EE/KCD/NGD/PB 1-4 /Tender/2015-16/ Date:

I Copy submitted for information to:

1) Managing Director, Cauvery Neeravari Nigama Limited, surface water data center, 3rd & 4th Floor, Anandarao Circle, Bangalore-9. 2) Managing Director, CNNL, Cauvery Bhavan, Gokulam, Mysore. 3) Chief Engineer, CNNL, Irrigation (South), Public Offices Building, New Sayyaji Rao Road, Mysore – 570 024. 4) The Chief Engieer, W.R.D.O., Anand Rao Circle, Bangalore 5) The Chief Engieer, PW.P&IWTD (South), New Public Offices Building, K.R. Circle, Bangalore. 6) The Chief Engineer, CNNL, Hemavathy Project Zone, Gorur. 7) The Chief Engineer, CNNL, Hemavathy Canal Zone, Tumkur. 8) The Chief Engineer, KBJNL, No.1. Canal Zone, Bheemarayanagudi, Shahapura Taluk, Gulbarga District. 9) The Chief Engineer, PW.P&IWTD ,(North), Dharwad. 10) The Chief Engineer, KBJNL. Dam Zone, Alamatti, Bijapur District. 11) The Chief Engineer,KNNL Irrigation Zone (North), Belgaum. 12) The Chief Engineer, KBJNL, No.2, Canal Zone, Kembhavi, Surapur Taluk Gulbarga District. 13) The Chief Engineer, KBJNL. Dam Zone, Narayanapura, Gulbarga District. 14) The Chief Engineer,KNNL Irrigation Project Zone Gulbarga. 15) Personnel secretary to the Hon’ble Minister for Water resource Department, Vidhana Soudha, Bangalore. II Copies submitted to the following for wide publicity in the notice board

16) The Superintending Engineer, PW.P&IWTD, Bangalore Circle, Bangalore. 17) The Superintending Engineer, PW.P&IWTD, Mysore Circle, Mysore. 18) The Superintending Engineer, KVCC, Mysore 19) The Superintending Engineer, CNNL, Harangi Project Circle, Kushalanagar. 20) The Superintending Engineer, CNNL, K.R.S. Modernisation & Medium Irrigation Projects Circle, . 21) The Superintending Engineer, KNNL, Hidkal 22) The Superintending Engineer, KNNL, Dharwar 23) The Superintending Engineer, KNNL, Jamkhandi 24) The Superintending Engineer, KNNL, Malaprabha Project, Naviluthirtha 25) Copy forwarded to the Deputy director of Information & Publicity, Mysore with a request to arrange for publishing leading News Papers. & in local newspapers 26) Copy forwarded to the District tender Bulletin Officer, office of the Deputy Commissioner, Mysore/Chamarajnagar, for information with a request to publish the tender notification in the District Tender Bulletin and to communicate the same to this office. 27) Copy forwarded to all the Executive Engineers of this Zone for information & to give wide publicity in the Notice Board. 28) Copy forwarded to Water Resources Kar-nic C/o R. Venkatesh, Principal System Analyst, National Information Centre, 5th Floor, Kendriya Sadana, 17th Main, II Block, Koramangala, Bangalore – 34. E-mail : [email protected], Website-http Karnic.in. 29) Copy to all Assistant Executive Engineers of this circle for information & wide publicity. 30) Copy to Notice Board, Manager, A.O, Cashier. 31) Copy to EE's Table.

Executive Engineer, CNNL, Kabini Canals Division, Nanjangud

D:\D-drive\Kabini N.gud\PB\Tender\2015-16\T.No.07-(Closure works 2015)\T.No.-7 English.doc