Government KARNATAKA SLUM DEVELOMPEMENT BOARD Division office, Davanagere Office of the Executive Engineer, No.2370, 9th Main Road, Behind Sai Baba Temple, M.C.C ‘A’ Blovk, Davanagere-577004 Telephone:-08192-220385, E-Mail :[email protected] No.KSDB/EE/DVG.DIV/T.N/2014-15/ Date: “TENDER NOTIFICATION” KW-1 & KW-2 The Executive Engineer, Karnataka Slum Development Board, Davanagere Division, Davanagere, invites tender from the eligible bidder, for the work detailed in the table below, as per "Standard tender documents (KW-1 & KW-2)". The bidders may submit tenders for the work given in the table through e-procurement portal of the Government of Karnataka (viz. www.eproc.gov.in. The bidders are advised to note the minimum qualification criteria specified in the instructions to tenders to qualify for the award of the contract and go through the general conditions for eligible tenders and technical qualification criteria given in the E-portal. Calendar of Events: 1. Last Date& time for tender Submission :28.02.2015 Evening 04.00 Hrs 2. Last date & time for opening Financial Bid (Single Cover) : 04.03.2015. Morning 11.00 Hrs

Tender Approxima processing Class S. te value of EMD Period of Name of Work fee(in Rs) of No work (Rs. Rs. Completion (including Contactor In Lakhs) Vat) 01 Providing Basic Amenities cement concrete pavement to road & CC Drain at As per Class-II & 3 Months (Excluding 24.99 50,000/- Rangahanatha slum in Town, E-Portal above Monsoon Period) Davanagere District. 02 Providing Basic Amenities i.e cement concrete pavement to road & CC Drain at As per Class-II & 3 Months (Excluding 19.99 50,000/- slum in Harapanahalli Town, E-Portal above Monsoon Period) Davanagere District. 03 Providing Basic Amenities i.e cement concrete pavement to road & CC Drain at As per Class-II & 3 Months (Excluding 24.99 50,000/- Thugabadra slum in Town, E-Portal above Monsoon Period) Davanagere District. 04 Providing Basic Amenities i.e cement concrete pavement to road & CC Drain at As per Class-II & 3 Months (Excluding Ashwathnagar&Manjunathanagara, 19.99 50,000/- E-Portal above Monsoon Period) Imamnagara slums in Town, Davanagere District. 05 Providing Basic Amenities to ASHRAYA COLONY (BEHIND J.P.BHAVANA) Slum As per Class-II& 3 Months (Excluding 14.96 37,500/- at HOSPET CITY in Bellary Dist. ( CC E-Portal above Monsoon Period) Road, CC Drain & Culverts) 06 Providing Basic Amenities to CHAPPARADA HALLI Slum at KAMPLI As per Class-II & 3 Months (Excluding 14.98 37,500/- TOWN in Bellary Dist. (CC Road & E-Portal above Monsoon Period) Culverts) 07 Providing Basic Amenities to M.P.P.NAGAR HUDCO HOUSES at As per Class-II & 3 Months (Excluding 24.98 50,000/- HUVINA HADAGALI TOWN in Bellary E-Portal above Monsoon Period) Dist. (CC Road & Culverts) 08 Providing Basic Amenities to NEW CHAPPARADA HALLI Slum at SANDUR As per Class-II& 3 Months (Excluding 14.98 37,500/- TOWN in Bellary Dist. (CC Road & E-Portal above Monsoon Period) Culverts)

P.T.O…

-2-

Tender Approxima processing Class S. te value of EMD Period of Name of Work fee (in Rs) of No work (Rs. Rs. Completion (including Contactor In Lakhs) Vat) 09 Providing Basic Amenities to HARIJANAKERI Slum at KUDLIGI As per Class-III& 3 Months (Excluding 9.95 25,000/- TOWN in Bellary Dist. (CC Road & E-Portal above Monsoon Period) Culverts) 10 Providing Basic Amenities to MABUSUBHANI ONI Slum at As per Class-III& 3 Months (Excluding TEKKALAKOTE TOWN, SIRUGUPPA 9.95 25,000/- E-Portal above Monsoon Period) TALUK in Bellary Dist. (CC Road & Culverts) 11 Providing outside electricity and water supply to IHSDP (G+2) 60 house @ behind As per Class-II & 3 Months (Excluding Bharath oil mill compound slum in 17.05 42,500/- E-Portal above Monsoon Period) Town, Davanagere District. (Balance work of IHSDP Dwelling Houses )

Terms and Conditions: 1. Tender from Joint Venture are not acceptable. 2. Bidders shall not be under a declaration of the ineligibility of corrupt and fraudulent practices issued by any state Government, Government of /Union Territory. 3. It shall be the responsibility of the bidder shall ensure credit of the tender processing fee and EMD in to the respective receiving bank accounts of the e-procurement on or before the last date and time of the bid submission. 4. The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidder's end. 5. EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection. 6. Conditioned tenders will not be accepted. 7. The sale tax, VAT/Commercial tax, Royalty, Income Tax & Other concerned Taxes will be deducted in works bills as per prevailing government order. 8. The Tenderer shall obtain the work done certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer(District Level Officer)and scan the Original Certificate and attach the scanned file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical Bids for physical verification. 9. The Employer reserves the all rights to accept/ Reject any or/all Tenders and to cancel the tender process at any stage prior to award of the contract without assigning any reason 10. The Department is not responsible for any delay in accessing e-procurement portal. 11. 1% of bill amount of the successful tenderer will be deducted towards construction worker welfare fund. 12. The tenderer should maintain the work during defective liability period of one year. 13. All materials required for the work, shall be procured by the tenderer themselves and should be got tested by the quality control from the approved authorities at his own cost before use on work. 14. To qualify for award of this contract, each tenderer should furnish qualification information as per section 3 of standard tender document attached to this tender. And satisfactory completion as a prime contractor for at least one similar work to an extent of 50% of the cost of the work.(Scanned copy of the Work done Certificate issued by competent Authority of rank not less than Executive Engineer should be uploaded.) 15. All formats prescribed in the bid documents shall be filled in complete manner. 16. The item rates quoted shall include cost of royalty charges on construction materials and other taxes as per the rates provided in prevailing cost and conveyance of all materials, curing, watering loading and unloading with all leads &lifts, labour, hire charges of machinery equipment’s etc. Complete including incidental charges. All the items shall be executed as per specificationandthe direction of engineer-in-charge of the work. 17. Statement indicating (A) the total value of the Civil engineering works executed and payment received in last 5 years (Certified by the charted accountant to be scanned and uploaded) (B) Work performed as a prime contractor on works of similar nature during the last 5 years (Scanned copy of the work done certificate issued be Competent authority of rank not less than Executive Engineer, should be uploaded) necessary details shall be uploaded as per the respective formats furnished along with the qualification information. 18. To qualify for award of this contract, the Financial turn over for each tenderer in its name should have in the last Five years i.e 2009-10,2010-11,2011-12, 2012-13 & 2013-14 achieved at least in any two financial years an average financial turn over(In all clause of Civil Engineering Construction work) of Please Refer E- Procurement portal (not less than estimated cost under under this contract.) only submit the scanned copy of the profit &loss statement indicating the contract receipts certified by the chartered account. 19. Each Tenderer should further demonstrate:  Availability by owning at least 50% of the required / specified key and critical equipment for this work  The remaining 50% can be deployed on lease / hire basis for all works provided, the relevant documents (commitment agreements etc.,) for availability for this work are to be furnished.  Executed in any one year (for a continuous period of 12 months), the minimum quantities of work:(usually 50% of annual rate or requirement)  Liquid assets and or availability of credit facilities of not less than (Credit lines/ Letters of Credit/ Certificates form Banks) for meeting the fund requirement etc.,(usually 30% of the amount of contract) 20. The contractor should have a valid license to execute works in PWD Department. The contractor should also submit the sale tax, Income tax, VAT tax & other taxes clearance certificate which shall be valid till this tender opening date. The all above copies of attested certificates should be attached in e-procurement portal. 21. If the Agency/ Tenderer quotes less than the amount put to tender, the Agency/ Tenderer should submit difference amount in the form of DD in favour of Executive Engineer,KSDB,DavanagereDivision, Davanagereat The Time of Agreement 22. Tenders from contractors who have not completed the works in time in any department, and/or having litigation history or financial failures etc will not be considered. 23. The Executive Engineer, Davanagere Division, KSDB Davanagere has rights to accept or reject any of tenders without giving any reasons.

The details and other information will be available in Executive Engineer, KSDB, Davanagere Division,Davanagere office which can be collected during office hours. And also can see in the tender document. (https://www.eproc.karnataka.gov.in.)

-sd/- EXECUTIVE ENGINEER Karnataka Slum Development Board Davanageer Division, Davanagere. Copy To 1) Commissioner, Karnataka Slum Development Board, Bangalore 2) Technical Director-2, Karnataka Slum Development Board, Bangalore 3) CAO, Karnataka Slum Development Board, Bangalore For Kind Information:- 1) Assistant Executive Engineer, KSDB, Davanagere/Bellary Sub Divisons.

-sd/- EXECUTIVE ENGINEER Karnataka Slum Development Board Davanageer Division, Davanagere.