E Procurement

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

5/20/2019 eProcurement

Blue English Login

Tender Details

General Details

Tender Number PHC/CNT/3rd Party/HSN/TND/102/2018-19/CALL-2

Tender Title ENTRUSTMENT OF 3RD PARTY QUALITY


ASSURANCE AND MONITORING OF WORKS KSPH &
IDCL HASSAN DIVISION WORKS (CALL-2).

Description ENTRUSTMENT OF 3RD PARTY QUALITY


ASSURANCE AND MONITORING OF WORKS KSPH &
IDCL HASSAN DIVISION WORKS (CALL-2).

Tender Category SERVICES

Is this QCBS Tender? NO

Type of Quotation LUMPSUM

Tender Evaluation Type TWO_COVER

Department Karnataka State Police Housing & Infrastructure


Development Corporation Limited

Bid Validity Period 90

No Of Calls 2

Tender Type OPEN

Denomination Type RUPEES

Highest Bidder Selection NO

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 any State Government / Government of India
/Union Territory.

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 1/7
5/20/2019 eProcurement

Sl No Conditions
2 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.

3 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.

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

5 The tender document is part and parcel of the agreement

6 Further details of the work or any clarifications can be obtained from the office of the Executive Engineer( Contracts), KSPHCL, Richmond Road,
Bangalore 560025. Ph: 080-25584102, Extension 113 / 114 / 115 / 117

7 The intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents
and further modifications done if any.

8 The bidder shall study the Tender document Carefully and quote the rates

9 All scanned documents uploaded except Financial Proposal in original and are to be produced to the Executive Engineer Contracts to verify the
documents within 3 days from the day of opening of Technical bid for verification.

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 2/7
5/20/2019 eProcurement

Sl No Conditions
10 The bidder should maintain register of labourers 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.

11 The contractor shall quote his rates inclusive of PF as per the applicable rate as issued by the PF department from time to time and if any variation
occurs it shall be paid / refunded by / to the Corporation against documentary evidence

12 The successful bidder shall give an under taking that they would abide by the provisions of the Employees Provident Fund Act.

13 The Bidder shall obtain insurance coverage for all the workers deployed for this work.

14 The Financial Proposals are to be downloaded duly filled, signed, sealed and scanned copy is to be uploaded to the e - procurement portal. Failure to
upload the Financial Proposals will lead to rejection of the bid.

15 In Details to be furnished by the statement, Please fill up the details in Column No. 3 & reference Page Nos. in column No. 4 & scanned copies are to
be uploaded on e-Procurement Portal.

16 The bidder shall give an undertaking that they would abide by the provisions of employees provident fund and shall remit PF of labourers to the
respective PF offices or else KSPH & IDCL have the right to deduct the PF amount from the work bills and remit the same to respective PF offices.

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

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 3/7
5/20/2019 eProcurement

Document/Evidence Required from the Bidder

Sl
Document Name DocumentType Optional
No
1 Be Registered with KSPH & IDCL TECHNICAL_BID No

2 Be Registered under Company Act 1956 TECHNICAL_BID No

3 Income Tax returns & PAN TECHNICAL_BID No


4 GST registration TECHNICAL_BID No

5 ISO Certificate TECHNICAL_BID No

6 EPF Registration Certificate TECHNICAL_BID No

7 The Consultant shall have prior experience of at least 5 years in the field of similar type TECHNICAL_BID No
of works and completed similar magnitude of works costing not less than Rs. 450.00
Lakhs in any one of the past 5 financial years (i.e. 2013-14 to 2017-18)
8 Qualification and Specific Experience Certificate Related to the assignment during last TECHNICAL_BID No
five years (2013-14 to 2017-18) of Rs. 450.00 Lakhs
9 Qualification and Experience of Professional, Technical Key Staff (CV's of Technical TECHNICAL_BID No
Staff with signatures)
10 Registered in State / Central PWD / PSU / Defence / Local Bodies TECHNICAL_BID No

11 The Consultant shall have annual turnover of not less than Rs. 27.00 Lakhs in any two TECHNICAL_BID No
of the previous 5 financial years (i.e. 2013-14 to 2017-18)
12 The consultancy team shall have considerable expertise & established track record of TECHNICAL_BID No
providing quality assurance & technical audit services. The documentary evidence
regarding this has to be furnished

Technical Evaluation Criteria

Sl No Criterion Criterion Type Points/Weightage


1 Registered in India under Company Act 1956 & having Registered in State or Central PWD / Capabilities of Vendor 0
Defence / PSU / Local Bodies for 3RD Party Services. (mandatory)

2 Registered with KSPH & IDCL (mandatory) Capabilities of Vendor 0

3 Consultants located / established for the past 5 Years (mandatory) Capabilities of Vendor 0

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 4/7
5/20/2019 eProcurement

Sl No Criterion Criterion Type Points/Weightage


4 EPF Registration Certificate (mandatory) Capabilities of Vendor 0

5 Registration certification with GST (mandatory) Capabilities of Vendor 0

6 The Consultant shall have annual turnover of not less than Rs. 27.00 Lakhs in any two of the Financial Status 0
previous 5 financial years (i.e. 2013-14 to 2017-18) (updated to the FY 2018-19
(mandatory)

7 The Consultant shall have similar type of works and completed similar magnitude of works Past Experience 0
costing not less than Rs. 450.00 Lakhs in any one of the past 5 financial years (i.e. 2013-14
to 2017-18) in any Govt. Dept/Govt. undertakings / Autonomous bodies / Local or municipal
bodies with Govt. Grants. Certificate regarding this requirement is to be furnished duly
issued by an officer of Rank not less than Executive Engineer or equivalent Rank
(mandatory)
8 The 3rd Party Team shall consist of the Technical Key Staff and have executed similar Capabilities of Vendor 0
Projects (mandatory)

9 The Consultant shall own the Equipments (mandatory) Capabilities of Vendor 0

10 Adequacy of the proposed work plan and methodology in responding to the TOR Capabilities of Vendor 20
(mandatory)

11 Qualifications and competence of the key professional staff for the assignment (mandatory) Capabilities of Vendor 65

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 5/7
5/20/2019 eProcurement

Sl No Criterion Criterion Type Points/Weightage


12 Specific experience of the consultants related to the assignment (mandatory) Past Experience 10

13 Suitability of the transfer of knowledge program (training) Capabilities of Vendor 5

Contact Information

Contact Person Name : Ram Mohan

Office Telephone Number : 91-80-25584102

Mobile Number :

Tender Amount Details

Amount of Earnest Money Deposit (INR) 20000

Tender Processing Fee 5000

Tender Schedule / Dates

NIT Published Date 14/05/2019 16:07:14

Last Date & Time for Tender Queries/Clarifications 21/05/2019 11:00:00

Last Date & Time for receipt of tenders 27/05/2019 16:00:00

Date & Time for Opening of Technical Bid 28/05/2019 16:15:00

Refer Karnataka Transparency


in Public Procurement Rules
Chapter V,Rule 17 for
Minimum Time for Submission
of Tenders

Pre-Bid Meeting Details

Pre Bid Meeting Date 21/05/2019 11:00:00

Pre Bid Meeting Address Address

Building/Block #59 Street KSPH &


Number IDCL,
Richmond
Road

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 6/7
5/20/2019 eProcurement
City Bangalore Pin 560025

Tender Published User Details

Tender Published User EE CONTRACTS BLR-JAGANATHA K CONTRACTS


Name

Tender Published User ksphcl_ee_cnt


Login

Public Key CN=JAGANNATHA KRISHNARAO,


OID.2.5.4.20=5b628286056b789e5a7bc17bfe247e8922cfcc0fe02b879e7b3d46ed31e37f4a,
ST=Karnataka, OID.2.5.4.17=560024, OU=KPWD, O=GOVERNMENT OF KARNATAKA, C=IN

Issuer CN=SafeScrypt sub-CA for RCAI Class 2 2014, OU=Sub-CA, O=Sify Technologies Limited,
C=IN

Back

This site is best viewed in 1024x768 resolution.

https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citizens.seam?conversationId=4120&conversationIsLongRunning=true 7/7

You might also like