createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1724918993781
version4
createdDateNone
modifiedDateNone
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
tenderFee500.00
emd42500.00
bidValueTypeLUMPSUM
bidValueTypeTextLumpsum
techWeightage30
tenderReceiptClose06-09-2024 17:00:00
tenderQueryClose03-09-2024 16:00:00
technicalBidOpen09-09-2024 16:00:00
publishedDate30-08-2024 16:23:52
publishedByPostVJNL_EE_DIV_UBP6_CLK
publishedByUserKPE18908 - MADHUKUMAR P
bidValidityPeriod180
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
retenderedYnNone
contactPersonMadhukumar P
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageFalse
isMultipleSupplierSelectionAllowedNone
techEvalStartDateNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
qcbsTenderYnTrue
itemwiseEmdRequiredYnNone
itemwiseTechEvalYnNone
officeNumber08195200307
mobileNumber9845171283
provisionalAmount2000000.0
tenderSupplierListNone
tenderSchedule
createdTs1724918993818
version6
createdDateNone
modifiedDateNone
tenderNumberVJNL/2024-25/SE0111
titleEstimate and DTP for Consultancy service for the preparation of DTP and Estimate for the work of Construction of Bridge Cum Barrage across Vedavathi river between Torebernahalli and Belagare villages of Challakere Taluk Challakere Constituency
descriptionEstimate and DTP for Consultancy service for the preparation of DTP and Estimate for the work of Construction of Bridge Cum Barrage across Vedavathi river between Torebernahalli and Belagare villages of Challakere Taluk Challakere Constituency
categorySERVICES
categoryTextServices
ecv1994200.00
deptNameVisvesvaraya Jala Nigam Limited
fileNameVJNL/UBP/DN6/2024-25/2
statusPUBLISHED
statusTextPublished
remarksNone
ecvtenderYnTrue
location5340
locationNameVJNL Division UBP NO 6 Office Challakere
procEntityTypeTextNone
tenderGroups
createdTsversioncreatedDatemodifiedDategroupNameitemListitemSize
17249189938200NoneNoneDefault
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17249189940000NoneNoneCLKSANIKERESERVICE001Estimate and DTP for Consultancy service for the preparation of DTP and Estimate for the work of Construction of Bridge Cum Barrage across Vedavathi river between Torebernahalli and Belagare villages of Challakere Taluk Challakere ConstituencyNone1.01.0SPECIFICATION FOR CONSULTANCY SERVICE SANIKERE:AS PER MENTIONED IN THE TENDER DOCUMENTS NUMBER1994200.01994200.00RUPEESNone
1
generalCriterionListNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
A valid copy of the registration of the Firm/Company with the register of Companies Copy of the Income Tax returns for last 5 financial year 2018-19 to 2022-23TrueTechnical Bid
Copy of GST registration certificateTrueTechnical Bid
The intending bidder should have achieved in at least two financial years a minimum annual financial turnover of Rs. 19.94 Lakhs during the last 5 financial years NOTE - Audited balance sheets and Turnover certificate duly certified by Chartered accountant with their unique document identification number UDIN generated by ICAI portal should be uploaded. Certificate uploaded without UDIN will be considered and treated as invalid document.TrueTechnical Bid
The intending bidder should have satisfactorily completed not less than 90 Percent of contract value as a prime contractor, at least one similar work such as Consultancy Services for Survey & Investigation, Preparation of Designs, Drawings, Estimates & DTP s for Bridge Cum Barrage of value not less than Rs. 9.97 Lakhs during last 5 financial years i.e., 2019-20 to 2023-24 . Note -The work done certificate should be issued by an officer not below the rank of Executive EngineerTrueTechnical Bid
Valid Employees Provident Fund Registration Certificate with EPF paid challan for the month previous to the month in which tender is called through e-procurement portal.TrueTechnical Bid
tenderItemsList
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17249189940000NoneNoneCLKSANIKERESERVICE001Estimate and DTP for Consultancy service for the preparation of DTP and Estimate for the work of Construction of Bridge Cum Barrage across Vedavathi river between Torebernahalli and Belagare villages of Challakere Taluk Challakere ConstituencyNone1.01.0SPECIFICATION FOR CONSULTANCY SERVICE SANIKERE:AS PER MENTIONED IN THE TENDER DOCUMENTS NUMBER1994200.01994200.00RUPEESNone
tenderEligibilityCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17249189990000NoneNoneELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17249189990000NoneNoneELIGIBILITYIt 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.None
17249189990000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17249190670000NoneNoneELIGIBILITYThe bidder shall ensure credit of tender processing fee in to the respective receiving bank accounts on or before the last date of bid submission.None
17249215550000NoneNoneELIGIBILITYThe work done certificate should be obtained from competent authority not below the rank of Executive Engineer.None
17249215730000NoneNoneELIGIBILITYThe evaluation of the technical bid will be done based on the information provided by the contractor as per his documents, duly verified if necessitates. If the employer finds that any certificates/ information furnished is false, such bidders will be disqualified and barred from participation in the bid.None
17249217500000NoneNoneELIGIBILITYThe intended bidder shall submit original document for verification at the time of technical evaluation on specified/intimated date failing which the bid considered to be non-responsive.None
17249217820000NoneNoneELIGIBILITYIf the percentage quoted by the Consultant for the work is below 90% of the estimated amount put to tender or recast amount put to tender of the department, then the Consultant shall furnish an Additional Performance Security at the time of executing the agreement in the form of Bank Guarantee for an amount equivalent to the difference between the cost as per quoted percentage & amount put to tender or recast amount put to tender. In case of Consultant quoted rates above 125% of the estimated rates, then the amount over & above 125% will be withheld during the progress of work. The Additional Performance Security will be released proportionately to the bill amount till the Consultant achieves progress of the entire cost of the work as per the agreement.None
17249218780000NoneNoneELIGIBILITYSuccessful bidders should execute the agreement within 15 days from the date of approval intimated. An additional 30 days time may be allowed with a penalty of 0.5 percent of Contract value. If the contractor fails to enter into the agreement within the said period, the contractor shall be forfeited and action shall be initiated for banning to participate in the tender of VJNLNone
17249218940000NoneNoneELIGIBILITYConditional / incomplete tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoeverNone
17249219090000NoneNoneELIGIBILITYCorrigendum/addendum will be published in the website www.KPPP.karnataka.gov.in for all modifications /corrections, if anyNone
17249219270000NoneNoneELIGIBILITYThe Tender processing charges paid by the bidders are not refundable even if the tenders are cancelledNone
17249219420000NoneNoneELIGIBILITYTendering by Joint venture is not allowedNone
17249219600000NoneNoneELIGIBILITYIf any bidder fails to satisfy the conditions, such bids shall be rejectedNone
17249219800000NoneNoneELIGIBILITYThe tenders for works remain open for acceptance for a period of One hundred eighty days (180 days) from the date of opening of tenders. If any tender withdraws his tender before the said period, makes any modifications in the terms and condition of the tender which are not acceptable to accepting Authority, then the whole amount of Earnest Money Deposit specified shall be forfeited to VJNL. The Nigam is also at liberty to take any other penal action as it deems fit against such ConsultantNone
17249219960000NoneNoneELIGIBILITYIf delay in deciding the tender is considered to be inevitable, the Executive Engineer may seek in advance, the consent of the Consultant agreeing to keep open their offers for further period specified by the Executive Engineer.None
17249220140000NoneNoneELIGIBILITYThe authority competent to accept the tenders shall have the right of rejecting all or any of the tenders without assigning any reasons and will not be bound to accept the lowest tenderNone
17249220280000NoneNoneELIGIBILITYThe Consultants who are capable to complete the work within the stipulated period of completion can only apply.None
17249220390000NoneNoneELIGIBILITYThe tender of any Consultant who does not accept the conditions contained in the Tender Documents is liable to be rejectedNone
17249220560000NoneNoneELIGIBILITYThe bidder whose tender is accepted shall attend the office of the Executive Engineer on the date fixed by the written intimation for executing Agreement Bond and completing other requisite formalitiesNone
17249220720000NoneNoneELIGIBILITYA monthly program chart has to be submitted by successful bidder at the time of concluding agreementNone
17249220890000NoneNoneELIGIBILITYNo interest what-so-ever will be paid by the VisvesvarayaJala Nigam Limited on the Earnest Money deposited.None
17249221100000NoneNoneELIGIBILITYWithin 20 days of receipt of the Letter of Acceptance, the successful Tenderer shall deliver to the Employer a Security deposit in any of the forms given below for an amount equivalent to 5% of the Contract price plus full difference amount for below quoted tenders as additional security (for unbalanced tenders) The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per the agreementNone
17249221370000NoneNoneELIGIBILITYThe successful bidder shall pay compensation to workmen working under him for any injury caused during the execution of work as per Workmens Compensation Act in force from time to time, failing which the amount will be deducted from his bills and paid to the injured workmenNone
17249221540000NoneNoneELIGIBILITYThe submission of tender by a Consultant implies that, the Consultant has read the contents of the Tender Notice and Contract Form and all other papers included in the tender document and made him aware of the scope and the specifications of the work to be done and the availability of the quantity of materials requiredNone
17249221720000NoneNoneELIGIBILITYIf any of the dates mentioned above happens to be a general holiday, the next working day holds goodNone
17249221960000NoneNoneELIGIBILITYThe rates to be quoted by the contractor must be inclusive of applicable GST all other levies and taxes whatsoever in nature. No extra payment on this account will be made to the contractorNone
17249222150000NoneNoneELIGIBILITYFurther information can be had from the office of the undersigned during office hours or obtained from www.KPPP.karnataka.gov.inNone
17249222320000NoneNoneELIGIBILITYCorrigendum will be published in web site for all modifications/corrections if anyNone
17249222450000NoneNoneELIGIBILITYThe contractor should mention their recent correct postal address and e-mail address in the declaration form.None
17249229890000NoneNoneELIGIBILITYIncomplete tender documents will be rejectedNone
17249230060000NoneNoneELIGIBILITYThe contractors shall send the authorization letter for their representatives duly attesting their signatureNone
17249230210000NoneNoneELIGIBILITYThe payment of bills of this work will be made as and when the letter of credit is received under the same head of account from VJNL/Government of KarnatakaNone
17249230380000NoneNoneELIGIBILITYThe contractors should adhere to the accepted action plan submitted by him under any circumstances without linking to the pending bill payment of the workNone
17249230540000NoneNoneELIGIBILITYTypo-graphical errors if any will not be the ground for any claims by the ContractorNone
17249230690000NoneNoneELIGIBILITYThe EMD of the unsuccessful bidder will be refunded only after the acceptance of the tender by the competent authority as per tender clauseNone
17249230860000NoneNoneELIGIBILITYIn case of death of contractor after executing the agreement commencement of the work, his legal heir if any eligible registered contractor and willing can execute and complete the work at the accepted tender rates irrespective of the cost of the workNone
tenderTechnicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptionweightcriterionCategoryTextcriterionTypeOthersValuecriterionTypetenderTechnicalCriterionDocumentList
NoneNoneNoneNone5. Financial capability 10 1. The intending bidder should have satisfactorily completed not less than 90 percent of contract value as a prime contractor, at least one similar work such as Consultancy Services for Survey & Investigation, Preparation of Designs, Drawings, Estimates & DTP s for Irrigation Project involving Bridge cum barrage of value not less than Rs.9.97 Lakhs during last 5 financial years i.e., 2019-20 to 2023-24 5 Marks. 1 The intending bidder should have achieved in at least two financial years a minimum annual financial turnover of Rs. 19.94 Lakhs during the last 5 financial years reckoned back from 2023-24 5 Marks. for details please refer tender notification.10Past ExperienceNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- Workdone and Financial Turnover
NoneNoneNoneNoneMarks for Key professionals 30 1. Senior Water Resources Engineer M.E/M. Tech 1 No. Min. Exp 10 Year Marks 7 2. Senior Structural Engineer M.E/M. Tech 1 No. Min. Exp 10 Year Marks 5 3. Senior Senior Hydrologist M.E/M. Tech 1 No. Min. Exp 7 Year Marks 5 4. Senior Senior Geologist M.E/M. Tech 1 No. Min. Exp 10 Year Marks 4 5. Senior Quantity Surveyor M.E/M. Tech 1 No. Min. Exp 10 Year Marks 3 6. Senior Surveyor B.E Civil 1 No. Min. Exp 10 Year Marks 3 7. CAD Draftsman Diploma/B.E in Civil 1 No. Min. Exp 10 Year Marks 3 Note The bidder should upload the self-attested copies of CV / degree certificates/ consent letter for key professionals for details please refer tender notification.30Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- The bidder should upload the self-attested copies of CV / degree certificates/ consent letter for key professionals
NoneNoneNoneNone4. Technical capability 30 Marks, 1. Consultancy firm should have experience in preparing the DPR in the construction of bridge cum barrage of length 100m minimum across river 10 Marks. 2 The intending bidder should have done the Consultancy work for the preparation of estimate and DTP for construction of Bridge cum barrage across rivers and should have complete minimum 2 works 10 Marks 3. The Consultancy firm should have experience in carrying out Topographical survey using DGPS/Drone/Total Station/HRSI Image/Modern Technology latest equipment integrated with latest technologies for 50.00 Sq. Km. - 5 Marks. 4 The Consultancy firm should have experience in geotechnical investigations by drilling core holes by using rigs of minimum quantity 100.00Rmtr In AKS, SR & HR in a single project 5 Marks. for details please refer tender notification.30Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- for details please refer tender notification.
NoneNoneNoneNone7. Key Equipment s - 15. 1. UAV Drone equipment DGCA approved survey grade UAV certificate along with UIN number own or tie-up 1 No. - 4 Marks, 2. Dual frequency DGPS - 1 No. - 3 Marks, 3. Total Station - 2 No. - 2 Marks, 4. Auto Level - 2 Nos. 2 Marks, 5. High end computer work station with licensed software such as Auto CAD Civil 3D - 2 Nos. - 2 Marks, 6. STAAD PRO Software - 1 Nos. - 2 Marks. Note The bidders should upload the relevant document for having own equipments.15Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- The bidders should upload the relevant document for having own equipments.
NoneNoneNoneNone6. Approach and Methodology 15 The approach and methodology shall clearly define the Consultant s approach to complete the proposed assignment within the time frame and methodology adopted including adequacy of the proposed work plan and methodology in responding to the TOR. A. Fair 5 Marks B. Good 10 Marks C. Best 15 Marks15OthersApproach and MethodologyTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- Approach and Methodology
tenderPreQualCriterionListNone
tenderAddressNone
tenderRecallDTONone