PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA

Similar documents
e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NOTICE INVITING TENDER (NIT)

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Notice inviting e-bids for Printing and Supply of IEC Material

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

NOTICE INVITING TENDER

NOTICE INVITING TENDER (NIT)

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Hiring of Courier Agency for delivery of Provisional Degree Certificate and Transcripts to Students

Biotech Park, Lucknow

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 dated NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 NOTICE INVITING TENDER

TENDER FOR LOCAL CHEMIST

PEC University of Technology, Chandigarh

REQUEST FOR PROPOSAL. For

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

TENDER FOR DESIGNING, PRINTING AND HINDI TRANSLATION OF ANNUAL REPORT Regional Centre for Biotechnology (RCB)

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Contents of Tender Document

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

GOVERNMENT OF TAMILNADU

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

NOTICE INVITING TENDER

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER FOR SELECTION OF AGENCY FOR PRINTING OF NRC APPLICATION FORM & INSTRUCTION SHEET

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

OFFICE OF THE DEAN & PRINCIPAL, SAHEED LAXMAN NAYAK MEDICAL COLLEGE & HOSPITAL, KORAPUT, ODISHA'

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

IN THE HIGH COURT OF KARNATAKA AT BANGALORE ORIGINAL JURISDICTION IN THE MATTER OF COMPANIES ACT, 1956 AND

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

PQ Value No. Tender(Rs) (Rs.)

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

PUNJAB TECHNICAL UNIVERSITY,

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

Sub: Invitation to Tender Enquiry for supply of Towel

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

DSA/F/PYKKA CORRES./ Page 1

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

Please purchase PDFcamp Printer on to remove this watermark.

OFFICE OT THE PROJECT DIRECTOR, ATMA, GAJAPATI, PARALAKHEMUNDI

SUMMARY SHEET ADDENDUM-1

No. HCA-II / 22/ 2016 DATED: 5th October TENDER DOCUMENT

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY Materials Management Division For IIT Goa

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Supply and Installation of A3 Size Scanner

GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION CO. LTD.

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

NOTICE INVITING TENDER

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/DGM(P-V)/SPAN LOAD TESTING/3112 DT

ESI CORPORATION MODEL HOSPITAL

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Notice Inviting Tender (NIT)

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

The last date for submission of the bids is at

GENERAL TERMS AND CONDITIONS OF TENDER

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TenderDocument for Providing a Car on Monthly Rental Basis

Special Conditions of Contract (SCC) Rev-01 dated ( Bidders to fill SCC Rev-01 and send with their technical offer)

HIMACHAL PRADESH IRRIGATION AND PUBLIC HEALTH DEPARTMENT (Job No.1)

Indian Institute of Information Technology Pune

MECON LIMITED A Government of India Enterprise

Transcription:

PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA PREAMBLE: Sub : Procurement of works - use of Standard Tender Document - Revision - Reg. Read : (1) G.O.No.FD 9 PCL 2004 dtd:6-8-2005 (2) G.O.No.FD 6 PCL 2006 dated:21-03-2007 (3) G.O.No.FD 04 PCL 2006 dated:12-07-2007 (4) G.O.No.FD 04 PCL 2007 dated:2-4-2008 (5) Proceedings of the Procurement Reforms Standing Committee meeting held on 2-8-2008. In Government Order dated:6-8-2005, Standard Tender Documents given in Annexure 1 to 6 appended there with were prescribed to be used in certain identified divisions of PWD and WRD and the corporations under WRD for procurement of works from 1 st September 2005 for a period of six months initially on an experimental basis, so that any problems encountered in use of these Standard Tender Documents can be suitably addressed before making the Standard Tender Documents mandatory for procurement of works. By the G.O.No.FD 06 PCL 2006, dated:21-03-2007 use of Standard Tender Documents was made mandatory for all procurement entities under the Government for procurement of works specified in Annexure I to VII to the Government Order cited at (1) above. However, implementation of G.O No.FD 06 PCL 2006 dated: 21-03-2007 mandating Standard Tender Documents was deferred till 31-12-2007 as per G.O. cited at (3) above or till the final decision is taken on the proposed modification and the same was extended till 30-06-2008 by the G.O s cited at 3&4 above. In the procurement Reforms Standing Committee Meeting held on 2-8-2008, the proposal of the Public Works Department for certain modifications to the tender documents was discussed in detail. The Public Works Department had expressed the following difficulties in the implementation of Standard Tender Documents prescribed vide G.O.No.FD 9 PCL 2004 (1) dated:6-8-2005:- (i) Minimum financial turnover (ii) Satisfactory completion of similar works (iii) Owning of machineries (iv) Furnishing of 10% FSD (v) Payments to be made within 90 days to the Contractor (vi) Design and Drawings part of agreement (vii) Bid capacity, etc.,

2 The Committee considered in detail the proposal of the PWD and the Government has decided to modify certain clauses of the STD. Hence the following Order. Government Order No.FD 4 PCL 2008, Bangalore, dated:14.10.2008 Under the circumstances explained in the preamble, the following clauses of the Standard Tender Documents as prescribed in Government Order dated: 6-8-2005 are modified to the extent noted below: Sl No. Reference to Standard Tender Documents 1 Clause 3.2.b. page 5 KW-1,2/3/4 2 Clause 3.1 Page 5 K/W-1, Clause 3.3. Page 5 K/W-2, Clause 3.6 Page 6 3 Clause 3.2 (a) page Page 5 Existing Clauses Work experience: Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one similar work such as.. of value not less than Rs. (usually not Less than 80% estimated Value of contract) Assessed available tender Capacity: (A*N*1.5-B) where A = Maximum value of civil Engineering works Executed in any one year during the last five years (updated to price level) taking into account the completed as well as works in progress N= Number of years prescribed for completion of the works for which Tenders are invited. B = Value, at price level, of existing commitments and on-going works to be completed during the next years. Qualification: To qualify for award of this Contract, each Tenderer in its name should have in the last five years i.e.2000-2001 to Modified clauses a) Mandating satisfactory completion as a prime contractor for at least one similar work to an extent of 50% of the cost of the work, for all works costing up to and Rs.100 lakh. b) Mandating satisfactory completion as a prime contractor for at least one similar work to an extent of 80% of the cost of the work, for all works costing more than Rs.100 lakh. The PWG Form 65 will be discontinued. The relevant Paragraphs of the KPWD Code will be amended. In order to ensure higher tender capacity and better selection of eligible contractors and also to ensure more competition the existing multiplying factor of 1.50 for assessing the available tender capacity may be modified to 2.50 for works costing upto Rs.100 lakh. However, the existing clause clause shall remain the same for works costing more than Rs.100 lakh. Qualification: To qualify for award of this contract each tenderer in his name should have in the last five years period (a) achieved in at least two

4 Clause 3.2 (c) page 5 5 Clause 3.3 (b) page 6 3 2004-2005 (a) achieved in at least two financial years a Minimum financial turn over (in all classes of civil engineering construction works only) of Rs. (usually not less than two times the estimated annual payments under this contract) Executed in any one Financial year, the minimum quantities of work (usually 80% of the peak annual rate of construction) Liquid assets and/or availability of credit facilities of not less than Rs. (Credit lines/letter of credit/certificates from Banks for meeting the fund requirement etc., (usually the equivalent of the estimated cash flow for three months in peak construction period). financial years an average annual financial turnover of Rs. (usually not less than the estimated cost under this contract for works costing upto Rs.100 lakh). However the existing clause remains the same for works costing more than Rs.100 lakh. Executed in any one year (for a continuous period of 12 months), the minimum quantities of work (usually 80% of annual requirement) for works costing up to Rs.100 lakh. However the existing clause remains the same for works costing more than Rs.100 lakh. Liquid assets and or availability of credit facilities of not less than Rs. (Credit lines / Letters of Credit / Certificates from Banks) for meeting the fund requirement etc., (usually 30% of the amount of contract) for works costing upto Rs.100 lakh. However the existing clause remains the same for works costing more than Rs.100 lakh. 6 Additional Clause for inclusion: In the case of the death of a contractor after executing the agreement/ commencement of the work, his legal heir, if an eligible registered contractor and willing, can execute and complete the work at the accepted tender rates irrespective of the cost of the work. 7 Clause 3.3 Page 5 K/W-3&4 8 Earnest money Deposits. Clause 9.1 Equipment Capacity: Each Tenderer should Further demonstrate: (a) Availability by owning the following key and critical equipment for this work. Earnest Money Deposit The Tenderer shall furnish, as part of his tender, Earnest Money Deposit in the amount as Equipment Capacity: Each tenderer should further demonstrate: (a) availability by owning at least 50% of the required / specified key and critical equipment for this work and (b) the remaining 50% can be deployed on lease / hire basis for all works provided, the relevant documents (commitment agreements etc.) for availability for this work are furnished. Earnest Money Deposit The tenderer shall furnish as part of his tender, Earnest Money Deposit (EMD) at the following rates.

Page 6 of KW1 Page 7 KW2/3 Clause 13.1 Page 8 KW 4 9 Performance Security (Clause 25) 10 Clause 7 Page 22 KW 4 11 Clause 37.1 Page 27 KW 4 12 Clause 49 page 29 4 shown in Column 4 of the table of IFT for this particular work. This earnest money deposit shall be in favour of and may be in the form of Banker s cheque/demand Draft/Pay Order, in favour of payable at or Cash or specified Small Savings Instruments pledged to Performance Security Security Deposit Within 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 10% of the contract price plus additional security for unbalanced tenders in accordance with Clause 25.5 of ITT and Clause 44 of the Conditions of Contract. Subcontracting: The Contractor may subcontract with the approval of the Employer but may not assign the Contract without the approval of the Employer in writing. Subcontracting does not alter the Contractor s obligations Payments: Payments shall be adjusted for deductions for advance payments, other recoveries in terms of the contract and taxes, at sources, as applicable under the law. The Employer shall pay the Contractor within 60 Days of submission of bill. Termination 49.1) The Employer or the Contractor may terminate the Contract if the other Party EMD amount as % of the estimated cost of the work put to tender a) Upto Rs.20 lakh 2.5% b) Rs.20 lakh and above upto Rs.1 crore 2% subject to a minimum of Rs.50,000/- c) Rs.1 crore and above upto Rs.10 crore 1.5% subject to a minimum of Rs.2,00,000/- d) Rs.10 crore and above - 1% subject to a minimum of Rs.15,00,000/- Performance Security Within 20 days of the 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 additional security for unbalanced tenders in accordance with clause 25.5 of ITT & Clause 44 of the conditions of contract for all works. This Clause is deleted. Payments: Payments shall be adjusted for deductions for advance payments other than recoveries in terms of contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor within 60 days of submission of the bill. The contractor shall be liable to pay liquidated damages for shortfall in progress. For progress beyond the agreed programme payment is subject to availability of the grants. Termination 49.1) The Employer may terminate the Contract if the other party causes a fundamental breach of the

13 Clause 24 Page 24 KW4 14 Clause 34.4 Page 26 K/W4 15 Clause Sec. 3 1.4 Column 7 / Foot Note 18 K/W-2 16 G.O.No.FD 06 PCL 2006 Bangalore Dated:21.3.2007 Para No.4 5 causes a fundamental breach of the Contract. 49.2) a to h _ Disputes: Procedure for resolution of Disputes through arbitration Variations: The Contractor shall promptly request in writing the Employer to confirm verbal orders and if no such confirmation is received within 15 days of request, it shall be deemed to be an order in writing by the Employer. Certificates: Attach certificate from the Engineer-in-charge Additional Tender Documents for Procurement of Works of Value of more Rs.10 crore, documents for other types of contracts such as lump sum, percentage, private Sector participation BOT, BOO, BOOT etc., and other documents and found necessary would be issued in due course. Contract. 49.2) Sub Clause (b) & (d) under this clause are deleted. Disputes Arbitration Clause will not be applicable wherever the value of the work is less than Rs.100 lakh Variations: The Contractor shall promptly request in writing to the Employer to confirm verbal orders and the officer issuing oral instructions shall confirm it in writing within 30 days, failing which the work shall be carried out as though there is no variation. In case variation is approved it shall be accompanied by BOQ, failing which the contractor shall be responsible for deviation if any. Further, approval of Govt. has to be obtained for the variation exceeding 5%. Certificates: The contractor shall enclose / attach all the necessary certificates duly attested by the employer. Para 4 of the operative portion of the G.O. will be suitably modified. Since, it is proposed to dispense with Form PWG 65 Standard Tender Documents will be applicable for all contracts irrespective of the value of the contract. As far as works costing Rs.10.00 Crore & above KW-4 shall be adopted. 17 Identical Clause numbers in Tender Documents : All the Standard Tender Documents may be redrafted with same clause numbers for various aspects of similar activity to avoid references to individual documents. Wherever certain clauses are not applicable in different tender documents, the title shall remain but the content shall be mentioned as deleted.

6 There is no change in the remaining clauses of the Standard Tender Documents. The forms PWG 65 and 66 Tender Documents are discontinued hence-forth. 2) Instructions to the Tenderers, Formats for submission of tender (unless specified otherwise) and the General Conditions of Contract, indicated in the standard tender documents shall not be changed. However, supplementary instructions, if any, to the above, to take care of local need/specific requirement, shall be provided in the Data sheet, Special Conditions of Contract, provided for in the documents. 3) Amendments to the relevant Codes and Rules will be incorporated in due course. 4) This order will apply for invitation of tenders for procurement of works to be invited hereafter and shall not be applicable for tenders already invited. By Order and in the name of Governor of Karnataka, To: (M.R.SREENIVASA MURTHY) Principal Secretary to Government Finance Department The Compiler, Karnataka Gazette for publication in the next issue of the Gazette and to supply 500 copies to Finance Department Copy to: The Chief Secretary/Additional Chief Secretaries to Government The Principal Secretaries and Secretaries to Government The Principal Secretary to Hon ble Chief Minister The Accountant General (A&E), Karnataka, Bangalore The Secretary to Government (Expenditure), Finance Dept. The Secretary, Karnataka Legislative Assembly/Council () The Registrar, Karnataka High Court, Bangalore ()With a covering letter The Registrar, Karnataka Lokayukta, Bangalore () The Secretary, Karnataka Public Service Commission, Bangalore() All the Deputy Commissioners All the CEOs of Zilla Panchayats All the Heads of Departments All the CEOs of Boards and Corporations All Internal Financial Advisors Joint Secretaries / Deputy Secretaries / Special officers / Under Secretaries to Govt., Finance Department.