KARNATAKA POWER CORPORATION LIMITED

VARAHI HYDRO ELECTRIC PROJECT

(CIN : U8511KA1970SGC001919)

No. EEMSPH/M1A/2016-17/495 Date: 11.06.2016

SHORT TERM TENDER NOTIFICATION

(Two Cover system)

(THROUGH e-PROCUREMENT PORTAL ONLY)

Name of work / Approximate value of work (₹in Lakhs) / EMD (₹) / Tender processing fees (Non refundable) / Period of completion of work / Class of Contractor
Loading and unloadingof consignment, assistance in inventory activities, house Keeping and jungle clearance at Hosangadi store premise for One year period. / 5.92 / 15,000/- / As per e-procurementportal of GoK / One year (Including monsoon) / Class III and above

1.00  Item rate tenders are invited through GoK e-procurement platform website https://eproc.karnataka.gov.in from eligible contractors / Agencies registered in KPCL, having adequate financial resources, State of Art technology, suitable construction equipments and technical manpower with sufficient past experiencefor executing following work at Varahi Hydro Electric Project, Hosangadi, Kundapur Tq, UdupiDist. Karnataka State.

2.00  Calendar of events:

Last date & time for receipt of Completed bids ( Cover - I & II ) : / 27.06.2016upto16.00hrs
Date of opening of technical bid (Cover – I) : / 28.06.2016 at 16.00hrs
Date of opening of financial bid (Cover – II) : / 30.06.2016 at 16.30hrs if possible or on subsequent date.

3.00  Minimum pre-Qualifying requirements:

1)  The intending bidder should have successfully completed at least one similar work amounting toRs.3.00 Lakhs in a single year.

2)  The intending bidder should have achieved a minimum annual financial turnover of Rs.6.00 Lakhs in any two financial years in the preceding five completed financial years.i.e.2011-12,2012-13,2013-14, 2014-15& 2015-16(Financial turnover of previous years will be given weightage of 10% per year to bring them to the present price level)

Note:Documentary evidence for the pre-qualifying requirements prescribed shall be uploaded along with other documents, failing which/not satisfying above criterion, tenders are liable for rejection. As for as technical qualifying requirements are concerned, a certificate issued by the project authorities from State Govt. / Central Govt. / Govt. undertakings not below the rank of Executive Engineers or Equivalent cadre shall be furnished and regarding financial qualifying requirement are concerned latest audited balance sheets counter signed by Chartered Accountant shall be furnished.

4.00  Instructions regarding e-procurement:-

i.  The bid is to be submitted through the GoK e-Procurement platform https://eproc.karnataka.gov.inonly.

ii.  Bidders, who have not registered in the GoK e-Procurement portal, may do so by registering through web site https://eproc.karnataka.gov.in.

iii.  The bidder can access tender documents on web site.The blank tender documents can be accessed through the e-procurement portal web site https://eproc.karnataka.gov.inand for assistance may contact HP Help desk Telephone Nos. 080- 25501216 / 25501227. Filled tenders along with EMD must be electronically submitted on line through internet within the date and time published in e-Procurement portal. The tender will be opened at prescribed time and date in presence of the bidders who wish to attendthe Office of the Executive Engineer(MSP)H, KPCL, Hosangadi – 576 282, Kundapura Taluk, Udupi District.

iv.  Bidders shall attach scanned copy of Contractor’s registration certificate issued by KPCL and declaration by the bidder. The bid documents can be accessed by only those applicants who have submitted registration certificate. Bidder shall furnish the original certificate to the KPCL authorities for verification failing which, their tenders will be disqualified.

v.  Conditional tender, tender without EMD, tender is not properly uploaded will be rejected.

5.00  The tender can be down loaded in the portal as per prescribed date and time published in the portal. Only interested bidders who wish to participate should remit on line Tender processing fees for tender after registering in the portal. The tender processing fees is non refundable.

6.00  Other details can be seen in the tender documents.

7.00  Sub-letting of the work is not allowed.

8.00  BID VALIDITY: The validity of the bid shall be 90 days from the date of

opening of the Technical bid (Cover – I).

9.00  i)EMD : The e-Payment of EMDof Rs.15,000/-shall be made through Direct Debit/Credit Card/National Electronic Fund Transfer (NEFT)or over the counter (OTC) only through ICICI Bank.Only on receipt of full EMD along with bid, the bid will be opened and considered for evaluation.

ii) Performance Guarantee (Security deposit): A successful bidder shall furnish Performance Guarantee (S.D) equivalent to 5% (Five percent) of the contract amount in the form of FDR/TDR/BG from any scheduled Bank acceptable to the Corporation in the prescribed format before entering into the agreement and valid throughout the contract period of one year.

10.00  The prospective bidder should not coerce any other bidders to derail the healthy and competitive bidding process. Such acts entail the disqualification for participating in the tender process. The prospective bidder shall not resort to anti - competitive practices like price rigging, cartelization, ring formation or adopt un fair practices both Civil and Criminal aimed at preventing other bidders from quoting for the tender. Any acts that inhibits competition or anyact that will be detrimental to the interest of Karnataka Power Corporation Ltd., if the bidder is found to have resorted to such practice as specified above, he and others who act in concert with him shall be debarred from quoting for this tender and for future tenders for a further period of three years.

11.00  KPCL reserves the right to verify any information/document furnished by the bidder, should the circumstances so warrant in the overall interest of the Corporation. In case the information or the documents furnished are found to be incorrect or invalid, then tenders of such bidders will be cancelled and the EMD furnished by such bidders will be forfeited and registration of such bidders in KPCL will also be cancelled.

12.00  KPCL reserves the right to accept any or reject any or all the bids without assigning any reasons thereof.

13.00  Eligibility Criteria:

01.  Any individual / Company registered as Class III and above contractor is eligible to apply

02.  No joint venture/Consortium is permissible.

03.  Bidders shall not be under declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka.

04.  None of the contracts of the bidder should have been terminated/foreclosed on account of his default in KPCL or elsewhere during last three years.

05. The bidder should furnish copy of the following documents;

a)  Income tax PAN.

b)  K-VAT registration certificate & composition.

c)  Independent PF code.

d)  Service tax registration certificate.

14.00  Technical & Financial Bids :

I.  Cover – I (Technical Bid) : Shall contain

i)  Documentary evidence for minimum pre-qualification requirement.

ii) Copy of following documents.

a.  Registration Certificate for Class III and above.

b.  Income - Tax PAN.

c.  VAT registration certificate

d.  Independent PF Code.

e.  Service Tax registration certificate.

iii) Declaration by the bidder that he has studied site conditions, labour conditions and read the bid documents and related matters carefully and diligently and that he has submitted the bid having studied understood and accepted the full implication of the bid documents and bidders offer as no condition contravening the commercial conditions of the bid, as per format vide Declaration – I.

iv) DECLARATION – II: That none of his contracts have been terminated / foreclosed / EMD forfeited on account of his default in KPCL or elsewhere during last three years as per format vide Declaration –II (attached with bid document).

II.  Cover – II (Financial Bid) : Shall contain

i)  Price Schedule (Schedule “B”).

ii)  The bidders shall sign and enclose the scanned copy of the details of service tax component duly filled as per the format enclosed to the price schedule vide Declaration – III.

Note: Cover-I will be opened first and thereafter, Cover-II containing Price schedule of only those Bidders who have satisfactorily furnished all Documents/Details mentioned in Cover-I will be opened.

15.00 GENERAL CONDITIONS:

01.  Tenders from Joint ventures are not acceptable.

02.  Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.

03.  It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission.

04.  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.

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

06.  The original documents should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification.

07.  Rates shall be quoted in price schedule (Financial Bid) in the website itself.

08.  The tender shall be valid for 90 days from the date of opening of technical bid (Cover –I).

09.  The tender document is part and parcel of the agreement.

10.  Conditional tenders are liable for rejection.

11.  The successful bidder shall give an undertaking that they would abide by the provisions of the Employees Provident Fund Act.

12.  The bidder shall obtain insurance coverage for all the workers deployed for this work.

13.  The bidder shall quote his rates inclusive of service tax, WCT and all other applicable taxes, levies, duties and Building Workers Welfare Cess at 1% etc., as per the latest GOK and GOI. Prevailing as on the date of opening of technical bid (Cover–I). The bidders shall furnish the declaration of method of payment of service tax vide Declaration –III.

14.  The bidder shall quote his rates inclusive of PF as per the applicable rate as issued by the PF department from time to time.

15.  KPCL shall recover the Income Tax, Work Contract Tax, VAT, building workers welfare cess etc., at the prevailing applicable rates.

16.  The bidder should maintain register of workers deployed and wages paid for the workers and shall produce the documents whenever called for by the competent authority. Remittance towards PF shall be commensurate with the labour component of the work involved.

17.  Bidder should have independent PF code. The bidder shall remit PF of labourers to Contractor’s permanent PF code number only.

18.  In case the dates notified above be declared as holiday, the immediate next working day will be reckoned.

19.  If the Bidder makes any alterations in the conditions of the contract or puts any condition of his own, such tenders are liable for rejection.

20.  The bidders shall register himself under section-7 and their worker who will be engaged for the work under section -12 of the building and other construction workers act 1996. If not successful bidder may do so immediately before award of work.

21.  Further details of the work or any clarifications can be obtained from the office of the Executive Engineer(Machinery, Stores &Purchase)H, KPCL, Hosangadi – 576 282, Kundapur Taluk, Udupi District.during office hours.Telephone No.08259-288 643

22.  Corrigendum/modification/corrections, if any, will be published in the web site only.

23.  Successful tenderer shall attend the office of Executive Engineer (Machinery, Stores, & Purchase), Karnataka Power Corporation Limited, Varahi Hydro Electric Project, Hosangadi-576 282, Kundapura Taluk, Udupi Dist., on or before the specified date fixed by written intimation to him for executing the agreement.

24.  No price variation will be allowed.

25.  The successful bidder should have independent P.F. Code or PF code of contractor association of which bidder shall be a member and shall abide by the provisions of Employees P.F. Act. The Agency has to submit details of PF, Service tax along with the bills.

26.  The agency has to obtain personal Accident Policy for any liability arising under Employees Compensation Act 1923, for their deployed workmen.

27.  Leave to the deployed workmen must be dealt by the contractor and KPCL is not responsible for any leave matters.

28.  The Contractor shall furnish list of workmen / labour along with Police verification report who will be given permit to work at site. Other personnel who are brought by the contractor will not be permitted except by special permit, which will be given on specific request.

29.  Agency shall provide replacement for the person, in event of his sickness absence or availing leave, National holidays, weekly off and this provision is provided in the scope of contract.

30.  If the services of the employee deployed by the agency for services in KPCL found not satisfactory and if any one of the conditions of the contract agreement is violated, the undersigned reserves the right to terminate the contract prematurely without assigning any reason thereof.

31.  Income Tax as applicable at the time of contract will be recovered from contractor bills.

32.  Government Taxes / Duties as applicable will be deducted from contractor’s bills.

33.  The Security Deposit shall be returned to the contractor on successful performance of the contact after the expiry of the contract period, duly adjusting dues, if any. No interest is payable on the contract performance guarantee.

34.  The price quoted shall be firm and shall include all the taxes, Transportation, Accommodation, insurance charges, service tax and other miscellaneous expenses etc. All applicable TDS will be effected as per GOK/GOI tax regulations

35.  The Contractor shall ensure compliance with all statutes, laws, rules and regulations of the Central or State Government or any other authority such as the Workmen’s Compensation Act 1923, Payment of Wages Act, Minimum Wages Act 1948, Employees State Insurance Act, Employees Provident Fund Act, Child labour Act etc. and any or all statutory modifications thereof in connection with employees engaged by him or his sub-contractors in the work.

36.  The contractor shall carryout the specified work to the satisfaction of Karnataka Power Corporation Limited as per the directions given from time to time. In case of un-satisfactory performance of the contract, the Corporation reserves the right to cancel the contract and Security Deposit will be forfeited.