General Details

Tender Number KHSDRP/CE/TA-3/AE-1/QACS/NRHM-PK-1/12-13

Tender Title 82 WORKS IN BANGALORE DIVISION- QACS NRHM PACKAGE-1/2012- 13

Description Third Party Quality Auditing Consultancy Services for the Construction of Primary Health Centres at: (1) G.N.Kere in Taluk, District, (2) Sanehalli in Hosadurga Taluk, (3) Mallappanahalli in Hiriyur Taluk, Chitradurga District (4) Gopanahalli in Challakere Taluk, Chitradurga District (5) Bada in Davanagere Taluk, Davanagere District (6) Malalkere in Davanagere Taluk, Davanagere District (7) Hoovinamadu in Davanagere Taluk, Davanagere District (8) Anaji in Davanagere Taluk, Davanagere District (9) Honnuru in Davanagere Taluk, Davanagere District (10) Thyavanagi in Chennagiri Taluk, Davanagere District (11) Karekatte in Chennagiri Taluk, Davanagere District (12) Kanivebilachi in Chennagiri Taluk, Davanagere (13) Chikkaganguru in Chennagiri Taluk, Davanagere District (14) Holuru in Kolar Taluk, Kolar District (15) Hutturu in Kolar Taluk, Kolar District (16) Huladenahalli in Malur Taluk, Kolar District (17) Gukunte in Mulbagal Taluk, Kolar District (18) Mudimadugu in Srinivasapura Taluk, Kolar District (19) Nandihalli in Srinivasapura Taluk, Kolar District (20) Gedere in Gowribidanur Taluk, Chikkaballapura (21) Hampasandra in Gudibande Taluk, Chikkaballapura District & Construction of ANM Sub Centres at: (22) Anivala in Hosadurga Taluk, Chitradurga District (23) Doddaghatta in Hosadurga Taluk, Chitradurga District (24) Srirampura-B in Hosadurga Taluk, Chitradurga District (25) Kabbala in Hosadurga Taluk, Chitradurga District (26) Thandaga in Hosadurga Taluk, Chitradurga District (27) Neeragunda in Hosadurga Taluk, Chitradurga District (28) H D Pura A in Holalkere Taluk, Chitradurga District (29) H D Pura B in Holalkere Taluk, Chitradurga District (30) Holalkere R S in Holalkere Taluk, Chitradurga District (31) Rampura B in Molakalmuru Taluk, Chitradurga District (32) Honnali C in Honnali Taluk, Davangere District (33) H G Halli in Honnali Taluk, Davangere District (34) Kammaragatte in Honnali Taluk, Davangere District (35) Odeyarahatturu in Honnali Taluk, Davangere District (36) Kulambi in Honnali Taluk, Davangere District (37) Nyamathi A in Honnali Taluk, Davangere District (38) Nyamathi B in Honnali Taluk, Davangere District (39) Belagutti in Honnali Taluk, Davangere District (40) Savalanga in Honnali Taluk, Davangere District (41) Lokikere B in Davanagere Taluk, Davangere District (42) Alur-B in Davanagere Taluk, Davangere District (43) Kakkaragolla in Davanagere Taluk, Davangere District (44) Anagodu in Davanagere Taluk, Davangere District (45) Anagodu C in Davanagere Taluk, Davangere District (46) Kodaganur in Davanagere Taluk, Davangere District (47) Anekonda in Davanagere Taluk, Davangere District (48) Huchhavvanahalli in Jagalur Taluk, Davangere District (49) Sokke-B in Jagalur Taluk, Davangere District (50) Haluvagalu B in Harappanahalli Taluk, Davangere District (51) Rajanahalli in Harihara Taluk inlieu of Lakshmisagar,Davanagere District (52)Sasivehalli in Harapanahalli Taluk inlieu of Masanikere, Davanagere District (53) Elebethur inlieu of Lingadahalli, Davanagere District (54) Punabhagatta in Harappanahalli Taluk, Davangere District (55) Mavanikatte in Channagiri Taluk, Davangere District (56) Nallur-B in Channagiri Taluk, Davangere District (57) Devarahalli camp in Channagiri Taluk, Davangere District (58) Billahalli in Channagiri Taluk, Davangere District (59) Hirevalli in Channagiri Taluk, Davangere District (60) Basavapattana-B in Channagiri Taluk, Davangere District (61) Marabanahalli in Channagiri Taluk, Davangere District (62) Kariganuru-B in Channagiri Taluk, Davangere District (63) Medikere in Channagiri Taluk, Davangere District (64) Mayakonda-A in Davanagere Taluk, Davangere District (65) Gedlahatti in Channagiri Taluk, Davangere District (66) Santhebennur- B in Channagiri Taluk, Davangere District (67) Kondadahalli in Channagiri Taluk, Davangere District (68) Hiregangur in Channagiri Taluk, Davangere District (69) Garaga in Channagiri Taluk, Davangere District (70) Malahal in Channagiri Taluk, Davangere District (71) Lakshmipura-HQ in Srinivasapura Taluk, Kolar District (72) Setty Kothanur in Kolar Taluk, Kolar District (73) Ithrasanahalli in Kolar Taluk, Kolar District (74) Mudavadhi in Kolar Taluk, Kolar District (75) Chamarahalli-Hq in Kolar Taluk, Kolar District (76) Kondrajnahalli in Kolar Taluk, Kolar District (77) Bodhigurkhi in Bangarpet Taluk, Kolar District (78) Doddakambli in Bangarpet Taluk, Kolar District (79) Budhikote-Hq in Bangarpet Taluk, Kolar District (80) Bethamanagala-Hq in Bangarpet Taluk, Kolar District (81) Doddachinahalli-Hq in Bangarpet Taluk, Kolar District (82) Ajjapanahalli in Bangarpet Taluk, Kolar District (83) N.G.Hulukur in Bangarpet Taluk, Kolar District (84) Keethaganahalli in Bangarpet Taluk, Kolar District (85) Chikahankadlli in Bangarpet Taluk, Kolar District (QACS NRHM Package-1/2012-13).

Tender Category SERVICES

Type of Quotation LUMPSUM

Tender Evaluation Type TWO_COVER

Department State Health Systems Dev. Reforms Project

Bid Validity Period 90

No Of Calls 1

Tender Type OPEN

Denomination Type RUPEES

General Conditions for Eligible Tenderers

Sl No Conditions

1

Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka 2

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.

3

The tenderer 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.

4

EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection

5

Consultants/firms/organation with Joint ventures are not acceptable.

6

Consultants/firms/organation shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka

7

Consultants/firms/organation 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.

8

Consultants/firms/organation 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.

9

Consultants/firms/organation 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.

10

Conditional Request for Proposal will not be accepted. 11

Any discrepancies observed in the documents uploaded by the Consultants/firms/organation, the Request for Proposal shall liable to be rejected.

12

All the formats prescribed in the bid documents shall be filled in complete manner and shall be uploaded properly, signed by Consultants/firms/organation . Necessary certificates shall be uploaded along with the formats wherever required. General documents section can be used for this purpose.

13

Consultants/firms/organation are required to read the Bid Documents carefully before submission of their bid.

14

If the numbers of page to be attached in one particular attachment is more, then all the pages can be put into one folder, zipped and then attached or else all the pages can be pasted in one word file and then this word file could be converted to PDF (portable documents format) format and then attached. (Please contract Help Desk for more assistance Phone: 080-25501216/ 25501227)

15

The Consultants/firms/organation are bound to furnish the original certified documents to the employer within a week’s time from the day of opening of technical bid for verification, failing which the Request for Proposal will be considered as non responsive.

16

All other Terms and conditions are applicable as per the Request for Proposal

17

Consultants/firms/organation shall secure a minimum Technical score of 75 points to Qualify

18

The Quality Supervision Consultant (QSC) must have their own laboratories with accreditation of NABL or NAAC or Accredited Associate firms with NABL or NAAC accreditation for testing construction materials as the scope of work also includes testing of materials to be used by the contractors. The details of the laboratories, equipment and testing facilities should be furnished by the QSC. Each QSC having own laboratory with accreditation of NABL or NACC can enter into MOU for association with two more QSCS if the QSC is not participating in tenders and one more QSC if it is participating in tenders. In such cases, the MOU should be on a stamp paper of value Rs 200/-. The firm / Consultant who are willing to conclude MOU, the laboratory having NABL/NACC must be located in Karnataka only. If the laboratory located other than Karnataka, the bids of such consultant / firm will not be considered.

19

Earnest Money Deposit will have to be in any one of the forms as per the instructions in the bid document and shall have to be valid for 45 days beyond the validity of the tender.

Document/Evidence Required from the Bidder

Sl No Document Name DocumentType Optional

1

Registration Certificate issued by competent authority (Mandatory)

TECHNICAL_BID

No

2

To qualify for the award of the consultancy services, each Quality Supervision Consultant in its name should have in the last 5 years i.e., (2007-08 to 2011-12) achieved at least in two years a minimum annual financial turnover of Rs.35.00 Lakhs from Quality Auiding & Consultancy Services Only. The Annual financial Turnover Certificate shall be issued by the Chartered Accountant (Mandatory).

TECHNICAL_BID

No

3

FINANCIAL PROPOSAL SUBMISSION FORM

FINANCIAL_BID

No

4

SUMMARY OF COSTS

FINANCIAL_BID

No

5

BREAKDOWN OF COSTS

FINANCIAL_BID

No

Technical Evaluation Criteria

Sl No Criterion Criterion Type Points/Weightage

1

Specific experience of the consultants related Assignment (Similar type of building work, at Scattered location. The completion certificate should be issued by not below the rank of Executive Engineer) Past Experience

15

2

Adequacy of the proposed work plan and methodology Capabilities of Vendor

10 3

Laboratory with NABL or NAAC Accreditation (The Consultant / Firm participating in the bid should have their own lab with NABL/NACC. The firm that does not have own laboratory can have the MOU with the firm having NABL/ NAAC with in Karnataka State only ) Capabilities of Vendor

30

4

Qualifications and competence of the key professional staff (CV of 1Team Leader, 2 Deputy Team Leader, 4 Senior site Engineers, 2 Electrical Engineer and 1 Water Supply and Sanitary Engineers will be considered) a) Qualification 20 b) Experience to related project 20 c) Experience in region and language 05 Capabilities of Vendor

45

Contact Information

Contact Person Name : Srinath KR

Office Telephone Number : 91-80-22245041

Mobile Number : 91-9449843360

Tender Amount Details

Amount of Earnest Money Deposit (INR) 40000

Tender Processing Fee 500

Tender Schedule / Dates

NIT Published Date 16/03/2013 16:01:59

Last Date & Time for Tender Queries/Clarifications 30/03/2013 16:30:00

Last Date & Time for receipt of tenders 16/04/2013 16:30:00

Date & Time for Opening of Technical Bid 18/04/2013 16:30:01