NEERAVARI NIGAM LIMITED ( A Government of Karnataka Enterprises)

Office of the Executive Engineer, Karnataka Neeravari Nigam Limited (KNNL) GRBCC Division No. 2, Dam Office Tel. No. : 08333 263242, Fax No. : 08333 263405 E-mail I.D. : [email protected] No. : KNNL/GRBCC-2/DB/TND/2015-16/4660, Dated 16-01-2016 : Providing Irrigation Facility, etc. SHORT TERM PERCENTAGE TENDER NOTIFICATION (Through e-Procurement System only) Short Term Percentage Tenders are invited by the undersigned on behalf of the Managing Director, KNNL Bengalore from eligible Tenderers/Contractors, for the works detailed below (as per KTPP Act 2000), under Single Cover & Two Cover System. Two Cover System Tenders consists of/in Two Sections. The First Section is Technical Bid and the Second Section is Financial Bid . The detailed/blank Tender document can be viewed/downloaded from the Date & Time of publication of Tender in e-procurement portal. The Tenderers are required to submit Tenders only through e-procurement portal of Government of Karnataka website : https:www.eproc.karnataka.gov.in . The stipulated time for submission of Tenders/Bids, for the works noted hereinunder, is as per Karnataka Transparency in Public Procurement Rules, Chapter-V, Rule 17 , Sub Rule (2 ). STATEMENT SHOWING THE WORKS PUT TO TENDER

Sl. Name of Work Estimated Earnest Cost of Eligible Stipulated No. Amount put Money Document Class of Period to Tender Deposit Contractors for (EMD) Completion (Including Monsoon) (Rs.) (Rs.) (Rs.)

A. Single Cover System Works : 1. Providing Irrigation Facility to Scheduled 30.00 30,000.00 As per Valid 04 Months Tribe’s Lands in Madamakkanal Village of Lakhs. e-Portal Registration in Taluka. Norms KNNL/KPWD Class-I & Above

2. Providing Irrigation Facility to Scheduled 20.00 30,000.00 As per Valid 04 Months Tribe’s Lands in Village of Lakhs. e-Portal Registration in Hukkeri Taluka. Norms KNNL/KPWD Class-II & Above

3. Providing Irrigation Facility to Scheduled 25.00 25,000.00 As per Valid 04 Months Caste’s Land in Village of BelagaviLakhs. e-Portal Registration in Taluka under Kiniye Irrigation Project. Norms KNNL/KPWD Class-II & Above

4. Providing Irrigation Facility to Scheduled 25.00 25,000.00 As per Valid 04 Months Caste’s Lands in Bahaddurwadi Village of Lakhs. e-Portal Registration in Belagavi Taluka under Kiniye Irrigation Norms KNNL/KPWD Project. Class-II & Above

5. Providing Irrigation Facility to Scheduled 49.99 50,000.00 As per Valid 04 Months Caste’s Lands in Waghawadi Village of Lakhs. e-Portal Registration in Belagavi Taluka under Kiniye Irrigation Norms KNNL/KPWD Project. Class-I & Above

Sl. Name of Work Estimated Earnest Cost of Eligible Stipulated No. amount put Money Document Class of Period to Tender Deposit Contractors for (EMD) Completion (Including Monsoon) (Rs.) (Rs.) (Rs.)

6. Providing Irrigation Facility to Scheduled 25.00 25,000.00 As per Valid 04 Months Caste’s Lands in Village of Lakhs. e-Portal Registration in Belagavi Taluka under Kiniye Irrigation Norms KNNL/KPWD Project. Class-II & Above

7. Providing Irrigation Facility to Scheduled 49.99 50,000.00 As per Valid 04 Months Tribe’s Lands in Santi Bastavada Village Lakhs. e-Portal Registration in of Belagavi Taluka under Kiniye Irrigation Norms KNNL/KPWD Project. Class-I & Above

B. Two Cover System Works : 8. Providing Irrigation Facility to Scheduled 75.00 75,000.00 As per Valid 04 Months Tribe’s Lands in Santi Bastavada Village Lakhs. e-Portal Registration in of Belagavi Taluka under Kiniye Irrigation Norms KNNL/KPWD Project. Class-I & Above

9. Survey, Investigation, Design, Drawing, 200.00 2,00,000.00 As per Valid 08 Months Preparation of Estimates, Installation, Testing Lakhs. e-Portal Registration in & Commissioning of Head Works including Norms KNNL/KPWD all Appurtenant Structures, Pipe Lines, Class-I & Above Motors with Pumps and Electro Mechanical Works for Filling of Attihal Village Tank in Hukkeri Taluka from River on Turn key Basis.

10. Survey, Investigation, Design, Drawing, 200.00 2,00,000.00 As per Valid 08 Months Preparation of Estimates, Installation, Testing Lakhs. e-Portal Registration in & Commissioning of Head Works including Norms KNNL/KPWD all Appurtenant Structures, Pipe Lines, Class-I & Above Motors with Pumps and Electro Mechanical Works for Filling of Salamvadi Village Tank in Hukkeri Taluka from Ghataprabha River on Turn key Basis.

11. Survey, Investigation, Design, Drawing, 1,500.00 15,00,000.00 As per Valid 11 Months Preparation of Estimates, Installation, Testing Lakhs. e-Portal Registration in & Commissioning of Head Works including Norms KNNL/KPWD all Appurtenant Structures, Pipe Lines, Class-I & Above Motors with Pumps and Electro Mechanical Works for Markandeaya Lift Irrigation Scheme in Hukkeri Taluka on Turn key Basis.

NOTE/GENERAL CONDITIONS : 1. Tenders from Joint Ventures are not acceptable. 2. Any Bidder who has been under a declaration of ineligibility/barred/initiated action on him/her by Government of /Union Territory/Any State Government/Government of Karnataka/KNNL/Any other Nigam/Departments, etc. for participation in any Tender process, etc. in the past would/are not be eligible to participate in this Tender and EMD would be forfeited if he/she participates. 3. Cost of Tender Document is as in/per the e-procurement portal. The Blank Tender documents can be down loaded from e-procurement portal on payment ( non-refundable ) of necessary Transaction Fees as per e- portal norms. The Tender Document Transaction Fees paid is not transferable . The Transaction Fees can be paid in anyone of the forms as per the instructions in e-procurement portal. 4. Tender must be accompanied by Earnest Money Deposit (EMD) specified above. EMD will have to be in any one of the forms as per the instructions in e-procurement portal. EMD amount to be paid through Electronic Cash is to be paid in single transaction and payments made in part are liable for rejection. 5. It shall be the responsibility of the Bidder to/and he/she /shall ensuer credit of Tender processing fee and EMD in to the Respective receiving bank account of e-procurement portal before the Last Date & Time for Receipt of Tenders. 6. The Bidder is required to ensure browser compatibility of the computer well in advance to the Last Date & Time for Receipt of Tenders. The departments shalal not be responsible for non-accessibilityof e-procuement portal due to internest connectivity issues and technical glitches at Bidder’s end.

7. (I) TECHNICAL BID : The following specific Certificates/documents, etc. with sufficient details shall be clearly scanned in .pdf/.jpeg formats and attached to the e-procurement Tender along with Technical Bid. (a) Valid Conactors enrollment Certificate under KNNL/KPWD Registration etc. (Eligible/Required Class of Contractor is as mentioned against individual work). (b) IT Permanent Account Number (PAN) Card of the Bidder, issued by Income Tax Departmnt. (c) Income Tax Return filed for the Financial Year 20014-15 (Assessment Yar 2015-16) mentioning the PAN. or latest. (d) Sales Tax/VAT Registation Certificate issued by Commercial Tax Department/Competent Authority. (e) Employees Provident Fund (EPF) Registration Certificate. (f) Remitted Challan of EPF (Employees Provident Fund) amount either of wages due for the month of Oct.’2015 or later month.

(g) PRE-QUALIFYING REQUIREMENTS : (I) For the above works :– Performance/Workdone Certificate : Bidders for the works who have already executed the works OR who are executing the works under Karnataka Neeravari Nigam Limited should nclose performance/workdone certificates from the concerned Executive Engineer, for having satisfactorily executed (for completed works) OR satisfactorily executing (for ongoing/under progress works) the works undertaken by them under Karnataka Neeravari Nigam Limited/other Department.

(II) For the above works at Sl. No. 9 to 11 :– (i) The intending Bidder/Firm/Company should have satisfactorily executed at least one similar type of work costing not less than 80% of the amount put to Tender in the last Five Financial Year i.e. 2010-11, 2011-12, 2012-13, 2013-14 a nd 2014-15. The work should include lift irrigation works, water supply works involving lift components from surface source of water, jackwell/raising main/pumping machineries, etc. on turnkey basis, necessary work done certificate issued not below the rank of Executive Engineer is to be uploaded for the Technical Bid. The work done will be updated to the present value by giving a weightage of 10% for each year to the price level of 2015-16. (ii) The annual turnover should be a least two times the amount put to Tender in any of the Two Financial Years during the last Five Financial Years i.e., 2010-11, 2011-12, 2012-13, 2013-14 and 2014-15. The audited Profit & Loss Account Statement Certified by a practicing Chartered Accountant along with copy of Income Tax Return filed and turnover certificate issued by CA for the last five years should be submitted alongwith Technical Bid. (III) For the above works at Sl. No. 1 to 8 :– (i) The intending Bidder/Firm/Company should have satisfactorily executed at least one similar type of work costing not less than 50% of the amount put to Tender in the last Five Financial Year i.e. 2010-11, 2011-12, 2012-13, 2013-14 a nd 2014-15, necessary work done certificate issued not below the rank of Executive Engineer is to be uploaded for the Technical Bid. The work done will be updated to the present value by giving a weightage of 10% for each year to the price level of 2015-16.

(g) Name, Postal Address, Mobile No. & Signature of the Bidder. The Tender received without the above documents are liable to be rejected. Originals of the above documents are to be produced at time of Opening of Bid. (II) FINANCIAL BID : The Financial Bid documents for the above works comprises of Financial Bid to indicate the amount offered by the Bidder for completion of the work on percentage basis based on scope of work, Specifications, Schedule-A and Schedule-B of the contract form. 8. Total cost of works on hand in KNNL with the Bidders should not exceed Rs. 20.00 Crores excluding the cost of any major works like Dam, Barrage, Lift Irrigation Schemes, Gates. The detail with cost of Works on hand in KNNL is to be enclosed/uploaded to the Technical Bid. ( Except for the work costing Rs. 15.00 Crores [ Sl. No. 11 ]). 9. The Bidder should produced the/any required Documents, Receipts, Registration Certificates, Clearance Certificates, Returns Filed, etc. whenever asked for finalization of Tender evaluation/award and also before the payment of work bill is made to him/her as required, to this office/KNNL or any other requiring authority. KNNL will not having any liabilities under any Rules, Acts & Provisions, etc. for not keeping or otherwise of updated records, etc. by the bidders, before, during and after completion of Tendererd work. 10. Original certificates/documents shall be produced at the time of opening of bid along withone set of Xerox copy of all uploaded documents duly self attested by the bidder or an authorized representative in case of firm/company, etc. 11. The officer competent to accept the Tender shall have the right to accept or reject any o all the Tenders without assigning any reason whatsover at any stage/time and the same shall be binding on all the Bidders/Applicants. And KNNL will not be having any liabilities for such action. 12. Corrigendum, Addendum will be published in the website for all modifications/correction if any. 13. A Cess of 1% of the Agreement amount will be deducted as per Karnataka Building and other Labour Welfare Fund Act 1996 and Rules 2006. 14. The conditional Tender will be rejected. 15. The Bidder should adhere & note that there will not be any change in Date & Time allowed for Tender related queries aud submission of Tender/Bids through e-Procurement portal/online, even if the Date & Time so fixed/Schedule is/are happens to be/falls or subsequently delared as general holiday or otherwise, unless & otherwise same/it is/are updated/changed/modified in e-procurement portal website https://www.eproc.karnataka.gov.in . The decision of the undersigned in the matter is Final & Biding on/to all the intending/participating Bidders. 16. If the Date of Opening of Bid is subsequently declared as General Holiday or otherwise, the Bid will be opened on the Next working/convenient day. 17. Any Bidder who is otherwise Techanically qualified withdraws from the Bidding process at any stage before a final decision is taken on the Tender, the EMD of such Bidder shall be forefeited, the name of such Bidder shall be removed from the category list of contractors at least for a minimum period of one year in KNNL, besides making such Bidders liable for blacklisting. 18. Bids submitted by all bidders in the process of bid evaluation will be opened even if, the Bidder withdraws from the Bidding process by not submitting the original documents for verification or for any other reason and the prices quoted by them will be looked into to ascertain if there is collusion amongst the Bidders to determine the competitiveness of the L1 price quoted by other Bidders, as per the decision by the KNNL Board. 19. The Bidder should only submit/upload in e-procurement portal platform genuine certificates/documents, etc. that are as obtained from competent/concerned authorities against each required eligible criteria. Any of the submitted/uploaded certificates/documents etc., found to be fake after verification from issuing authority, then his/her EMD (Earnest Money Deposit) will be forfeited, besides proposed for making such Bidders for blacklisting.

20. The Tender for the works at Sl. No. 8 to 11 are invited with Two Cover System, consists of/in two sections. The First Section is Technical Bid and the Second Section is of Financial Bid. The Technical Bid of Bidders whose EMD & Transaction Fee have been credited/confirmed into respective receiving bank accounts will be opened first and evluated. For these works, Financial Bids of only those Bidders who qualify in Technical Bid shall/will be opened (after getting approval to the Technical Bid by/from the competent authority, and Date of Opening of Financial Bid will be intimated separately to successful technically qualified Bidders over phone. The Bidders have no right even if the Financial Bid is opened on the preliminary examination/confirmaltion of documents submitted by the Bidders, for considering them to/for qualification criteria/award of Tender. The eligibility criteria etc. of bidders is/are finalized as per the decision of higher quthority of the KNNL at the time of Tender evaluation/award is binding on the Bidders. 21. The intending contractors should note that, if any of the lands (either in part/parts or in whole) required for the work is not yet acquired by the Nigam, it shall be the responsibility of the contractor to take possession of such land and start the work by consent of the owners before commencment of work at no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertained. 22. Photo’s of the work under taken by bidder in stages, i.e. before execution, during/under progress, and after completion of the work, should be produced in sufficient Nos. at the time of submitting the bill/as required, by the Contractor at his own cost. 23. The intending contractors should note that, as the Tender invited is on percentage basis, if the bid amount based on the percentage quoted by the contactor is below 90% of the amount put to Tender (Updated cast as per CSR) then the successful contractor shall furnish an ‘‘Additional Performance Security (APS)’’ at the time of executing the agrement or otherwise as per instructions of undesigned (Executive Engineer), in the form of bank guarantee (in the prescribed format as per contract document) for an amount equivalent to the difference between the bid amount as per quoted percentage & 90% of the amount put to Tender (Updated cast as per CSR). Similarly in case the bid amount based on the quoted percentage is above 110% of the amount put to tender (Updated cast as per CSR), then the amount over and above the 110% of amount put to Tender (Updated cast as per CSR) will be withheld during the progress of work. The additional Performance Security furnished in the former case would be released if requested for by the contactor as and when the concerned items/items is/are satisfactorily and fully completed and are so certified by the next Superior Officer i.e. , Superintending Engineer. The with held amount of the latter cese will be released only after the entire work contracted is fully completed and so certified by the Engineer.

24. Authorized copies of the specifications, designs and drawings and the schedule of rates and any relevant documents required in connection with the work are open for inspection to the Tenderers in this Office, during offic hours. TheBidder/Tenderer should note & abide that, any variation, missing in the content & left over, etc. in the uploaded Bid documents, drawings, technical specifications and any information related to Tendered work are subjected to approved DTP/DTS, etc. available/kept in the office.

25. For the above works, the prospective contractors/Bidders have to visit the work site, to assess the site condition etc. before quoting/submitting the Tenders/Bids for works.

26. The prospctive Bidder(s) should not coerce any other bidders to derail the healthy and competitive bidding process, and shall not resort to Anti-Competitive practices like price rigging, cartelization, ring formation or adopt unfair practices both Civil and Criminal Aimed at preventing other Bidders from quoting for the Tender, any act that inhibits competition or any act that will be detrimental to the interest of KNNL. Such acts entail the disqualaification for participating in the Tender process. 27. Typographical errors, if any, will not be the ground for any claims by the contractor. 28. Maintenance period or the defect liability period for this work is 24 months from the date of completion of work. 29. The contractor should adhere to the accpted Execution Plan submitd by him under any circumstances without linking o the pending payment of work. 30. Even though the Tenderers meet the above criteria, they are subject to be disqualified, if they have : (i) Made misleading or false representations in the forms, statements and attachements submitted in proof of the qualification requirements, etc. and/or (ii) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failure, etc. and/or (iii) Participated in the previous Tender for the same work and had quoted unreasonably high Tender prices and could not furnish rational justification, etc. 31. Tenders/Bids submitted by the contractors will be opened and EMD of the Bidders will be verified thfrough e- procurement kportal for works costing below Rs. 2.50 Crores at O/o the Superintending Engineer, KNNL, GRBCC Circle Hidkal Dam and for works costing above Rs. 2.50 Crores at O/o the Chief Engineer, KNNL, Irrigation North Zone, Belgavi. Thereafter only of the Bidders whose Tender Processing Fee & EMD is credited though electronic cash payment into respective receiving bank accounts as per instructions in e-portal within the Date & Time allowed for submission of Tender, the indent task will appear in the login of the undersigned for further Tender evaluation procedure and submission. Accordingly Tender process will be continued on the same day or next working/convenient day. 32. Calendar of Events : The Calendar of events will be as per the schedule in the e-procurement portal. (a) Last Date & Time for Tender Quarries/Clarifications : 18-02-2016 (17.00 Hrs.) (b) Last Date & Time for Receipt of Tender : 25-02-2016 (17.30 Hrs.) (c) Date & Time for Opening of Bid/Tender is/are as follows : — (I) For Single Cover System works : (i) Date & Time for Opening of Bid/Tender : 27-02-2016 (11.00 Hrs. onwards). (II) For Two Cover System works : (i) Date & Time for Opening of Technical Bid : 27-02-2016 (11.00 Hrs. onwards). (ii) Date & Time of Opening of Financial Bid : Will be intimated separately to succssful technically qualified Bidders. Corrigendum, Addendum, etc. to the Tendered work and any change in, no of works, Amount Put to Tender (APT), Earnest Money Deposit (EMD) and conditions, etc. for the above works, will be notified in e- procuemnt platform. Note :–Any change/extension, etc, in the Tender Schedule (Calendar of events) will not be published/advertised through news papers, Tender Bulletin, or in any media, changes will be updated on/in e- procurement portal, interested persons may visit e-procurement portal or contact/be in touch with the office. Further informaltion/quarries/clafications can be had from the undersigned from the Phone No. : 08333263242, Fax No. : 08333263405, E-mail : [email protected] and from Helpline Nos. e-portal https://www.eprockarnataka.gov.in during office hours, before Date & Time allowed/notified Sd./- Executive Engineer KNNL, GRBCC Division No. 2, Hidkal Dam [No. KNNL/GRBCC-2/DB/TND/2015-16/4660, dated 16.01.2016.] – : –