KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

Similar documents
RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

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

RAICHUR POWER CORPORATION LIMITED

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

NLC TAMILNADU POWER LIMITED

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.

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

RAICHUR POWER CORPORATION LIMITED. Procurement of LUBRICANTS for Conveyor Maintenance at YTPS

RAICHUR POWER CORPORATION LIMITED. Procurement of Oil BDV Test Kit for YTPS

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

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

BHARAT HEAVY ELECTRICALS LIMITED,

GOVERNMENT OF TAMILNADU

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

GOVERNMENT OF KARNATAKA COMMERCIAL TAXES DEPARTMENT OFFICE OF THE JOINT COMMISSIONER OF COMMERCIAL TAXES (ADMINISTRATION) VAT DIVISION,

Indian Institute of Information Technology Pune

GOVERNMENT OF KARNATAKA

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014

GOVERNMENT OF KARNATAKA COMMERCIAL TAXES DEPARTMENT OFFICE OF THE JOINT COMMISSIONER OF COMMERCIAL TAXES (ADM), D.V.O. DAVANGERE DIVISION, VANIJYA

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

KARNATAKA POWER CORPORATION LIMITED BELLARY THERMAL POWER STATION KUDITHINI

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

NOTICE INVITING TENDER (NIT)

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

SHORT TERM TENDER NOTIFICATION (e-procurement System)

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

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

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

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTIONS)

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTION)

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

NOTICE INVITING TENDER

GOVERNMENT OF KARNATAKA (Department of Agriculture)

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

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

Standard Bid Document

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

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

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

LAKWA THERMAL POWER STATION

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

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

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

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

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

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

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

TAMILNADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Request for Proposal VOLUME I. Request for Proposal. 07 Dec 2017

File No: Q-12011/3/WBS/ /Pub/PCT dated Bid document for

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTION) KARNATAKA TEXT BOOK SOCIETY. Text Books Tender Document ( 2 Cover System )

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTION) KARNATAKA TEXT BOOK SOCIETY. Text Books Tender Document ( 2 Cover System )

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.

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

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTION) KARNATAKA TEXT BOOK SOCIETY

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

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

NOTICE INVITING Re e-tender. Tender Reference No : WBSSCL /MD/KOL/NIT-27/

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Tender. for. Indian Institute of Technology Jodhpur

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

ARULMIGU LAKSHMI NARASIMHA SWAMY THIRUKOIL, SHOLINGHUR, WALAJAH TALUK, VELLORE DISTRICT, TAMILNADU, INDIA

NOTICE INVITING TENDER (NIT)

BALMER LAWRIE & CO. LTD.

INDIAN INSTITUTE OF TECHNOLOGY INDORE

The last date for submission of the bids is at

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

GOVERNMENT OF KARNATAKA (DEPARTMENT OF PUBLIC INSTRUCTION) KARNATAKA TEXT BOOK SOCIETY

WEST BENGAL STATE SEED CORPORATION LIMITED (A G o v t. o f W e s t B e n g a l C o m p a n y )

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

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

2 Scope of work DESIGN, MANUFACTURING, TESTING, SUPPLY, 3 Enquiry Number 77/16/6002/ASM 4 Tender document available place

SUPPLY OF MEDICINAL GASES FOR THE YEAR

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

GOVERNMENT OF KARNATAKA (COMMERCIAL TAXES DEPARTMENT) OFFICE OF THE JOINT COMMISSIONER OF COMMERCIAL TAXES (ADMN) VAT DIVISION, Sumoulya Soudha, Club

E-PROCUREMENT TENDER ENQUIRY

TENDER CALL NOTICE NO.

REQUEST FOR PROPOSAL For Food Plaza for Leasing

Transcription:

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA) BELLARY THERMAL POWER STATION, KARNATAKA. WATER AUGMENTATION FOR BELLARY TPS UNIT 3 (1 X 700 MW) SHORT TERM COMPETITIVE BIDDING ABSTRACT TENDER NOTIFICATION No : TD/BTPS/water aug./445 Date : 03.06.2015 Karnataka Power Corporation Limited invites bids through GOK e-procurement platform www.eproc.karnataka.gov.in from the qualified bidders for the following brief scope of work: For design, engineering, manufacture, quality surveillance, testing at manufacture s works, packing, supply, erection, testing, commissioning, conducting performance guarantee tests and handing over of Pre- Treatment Clari-floculator for surface water, Clari-floculator for recovered ash water and pipeline, valves, pumps & pump house for recovered ash water and associated equipment including all civil, structural, mechanical, electrical, control and instrumentation works and insurance towards transit risk / storage / intra-site transportation and erection for BTPS Unit-3, Kuduthini -583 152, Bellary Dist., Karnataka, India. Those who have not registered in e-procurement portal www.eproc.karnataka.gov.in may do so in order to participate in the bid. The brief bid notification containing the pre-qualifying criteria for the bidders, EMD, Calendar of bid activities and other details can be accessed from e procurement portal. Further details can be had from: Chief Engineer (Thermal Designs), Karnataka Power Corporation Ltd., #22/23, Sudarshan Complex, 2 nd Floor, Sheshadri Road, BENGALURU - 560 009. Tel: 080-22206223, Fax:080-22386517 E-mail: kpclcetd@gmail.com /semcetd@gmail.com Web site: www.karnatakapower.com Page 1 of 10

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA) BELLARY THERMAL POWER STATION, KARNATAKA. WATER AUGMENTATION FOR BTPS UNIT -3(1X700 MW) SHORT TERM COMPETITIVE BIDDING BRIEF BID NOTIFICATION Tender No: No : TD/BTPS/water aug./445 Date: 03.06.2015 KARNATAKA POWER CORPORATION LIMITED invites bids through GOK e- procurement platform www.eproc.karnataka.gov.in from the qualified bidders for design, engineering, manufacture, quality surveillance, testing at manufacture s works, packing, supply, erection, testing, commissioning, conducting performance guarantee tests and handing over of Pre-Treatment Clari-floculator for surface water, Clari-floculator for recovered ash water and pipeline, valves, pumps & pump house for recovered ash water and associated equipment, including all civil, structural, mechanical, electrical, control and instrumentation works and insurance towards transit risk / storage / intra-site transportation and erection for BTPS Unit-3, Kuduthini- 583 152, Bellary Dist., Karnataka, India. BRIEF SCOPE OF WORK FOR WATER AUGMENTATION FOR BTPS UNIT-3: The scope of this enquiry covers the following: Design, Engineering, Manufacturing, Quality Surveillance, Testing at manufacturer s works, Packaging, Supply F.O.R Kuduthini, Bellary Dist. site, Storage, Intra-site Transportation, Erection, Testing, Commissioning, Conducting Performance Guarantee Tests, Handing-over and comprehensive Insurance towards Transit risk / Storage / Intra-site Transportation and Erection of the following equipment. Sl. No. PARTICULARS I MECHANICAL WORKS: 1 Pre-Treatment System Clari-floculator with sludge handling system. 2 Recovered ash water Clari-floculator system with sludge handling system. 3 Recovered ash water supply pumps. 4 Material Handling equipment for pump houses, Chemical house, Pretreatment and recovered ash water system and associated chemical dosing systems. 5 Piping, valves, fittings and accessories. Complete. Page 2 of 10

II CIVIL WORKS: 1 Leveling and grading of the area specified for Pre-Treatment System (Clari-floculator), Recovered ash water Clari-floculator system, Ash water recovery pump house, and transformer yard at pump house. 2 Conducting geo-technical studies of the above area to obtain necessary details for proper design of foundations, structures, etc. 3 Pre-Treatment System (Clari-floculator), Recovered ash water Clarifloculator system, Ash water recovery pump house, and pipeline pedestals/pipe racks / foundations, etc. 4 Buildings for Ash water recovery pump house, sludge handling system, chemical house. 5 sludge pits, pedestals and structures for discharge pipe line from ash water recovery pump house, Interconnecting walk-ways, staircases, equipment foundations, cable trenches, etc. Transformer yard area works, any other civil works pertaining to 6. Electrical scope of work. III ELECTRICAL WORKS 1 HT switchgear for Ash water recovery pump house. 2 LT switchgear for Ash water recovery pump house. 3 Transformers for Ash water recovery pump house. LT switchgear for Pre Treatment Plant and extension of LT supply from 4 nearest / allotted source. LT switchgear for recovered ash water clari-floculator and extension of 5 LT supply from nearest / allotted source. 6 Lighting (inside and outside). 7 Complete Electrical system for the above scope of work. IV CONTROL & INSTRUMENTATION 1 PLC based control system. 2 Monitoring Instruments, measuring and control equipments. 3 Complete C&I for the above scope of work. Scope of work given is only indicative. Detailed scope has been described in the bid document which is binding on all the bidders. 1.0 INSTRUCTIONS REGARDING E- PROCUREMENT. i. The bid is to be submitted in the GOK e-procurement platform www.eproc.karnataka.gov.in system only. ii. Bidders, who have not registered in e-procurement portal, may do so by registering through web site www.eproc.karnataka.gov.in iii. The bidders can access bid documents on the web site, fill them and submit the completed bid documents in to electronic tender on the website itself within the stipulated date. The blank bid documents can be accessed through e-procurement portal web site www.eproc.karnataka.gov.in iv. Bidders shall attach scanned copies of all the certificates pertaining to the qualification requirement as mentioned under Minimum Qualification. Page 3 of 10

Requirements clause. Whenever required, bidders shall furnish the original certificates to the KPCL authorities, failing which, the bidder will be disqualified. v. Conditional bids, incomplete bids, bids without EMD, bids not properly uploaded and bids submitted late shall be rejected. vi. Bidders shall refrain from altering/modifying/revising the price bids after the date and time fixed for submission of bids in the calendar of events even though if it is accepted by the portal. Date and time stamp of the portal shall be final in deciding the time and date of submission of bid. Decision of the Corporation in this regard is final and acceptable to all the bidders. 2.0 MINIMUM QUALIFYING REQUIREMENTS: The bidder shall have executed the following works in any Power Plant/ Industrial Projects/ Water supply Board/ Municipal Corporation ( including Civil works) in preceding Ten years from the date of bid notification and the same should have satisfactorily performed continuously for a minimum period of One year as on the date of bid notification. Proof of having executed these works shall be in the name of bidder only: 2(a) 2(b) Surface water Pre-Treatment Plant of Clarifier/Clari-floculator type of capacity not less than 1000 Cum/hr. System engineering for surface water Pre-Treatment Plant of Clarifier/Clari-floculator type of capacity not less than 1000 Cum/hr. 2.1 The intending bidder shall fulfill all the qualifying requirements as indicated in 2(a) and 2(b). 2.2 In case the bidder, as stated in para 2.1, does not fulfill all the minimum qualifying requirement as indicated in 2(a) and 2(b) but qualifies the minimum qualifying requirements as mentioned in para 2(a) only, can participate in the bid with consortium partner. In such case: 2.2.1 The bidder who fulfills the minimum qualifying requirement as indicated in 2(a) shall be the Lead bidder. 2.2.2 The Consortium Partner shall fulfill the minimum qualifying requirement as indicated in 2(b) and the Proof of same shall be in the name of consortium partner only. 2.2.3 The number of partners in consortium including the lead bidder shall not be more than 2 (two). Page 4 of 10

2.3 The lead bidder and the consortium bidder shall enter into one single consortium agreement as per KPCL format covering the criteria 2(a) and 2(b) above and submit the same while submitting the bid. 2.4 The lead bidder shall be responsible for the overall execution of work. 2.5 In case, the lead bidder withdraws, the whole contract shall be considered cancelled and short closed and the balance work will be executed at the risk & cost of the bidders (lead bidder + consortium partner). 2.6 In case, the consortium partner backs out, such of the work/s handled by such consortium partner will be executed by the Lead bidder through alternate similar agency who satisfies respective minimum qualifying requirements for such works as applicable in a reasonable time without affecting contract completion period. If the Lead bidder fails to take remedial measure in this regard, then KPCL reserves right to withdraw such works and get executed at the risk and cost of the lead bidder. 2.7 The consortium partner shall separately submit SD equivalent to 1% of the total contract value directly to KPCL in the KPCL format in addition to the SD to be submitted by the lead bidder for the total contract value. 2.8 Credentials of works executed by consortium partner and lead bidder shall be submitted separately for their respective area of work executed by them. The qualifying experience as claimed by the bidder (s) shall be filled up in the format enclosed. 3.0 The intending bidder and his consortium partner shall not have been subject to forfeiture of EMD/foreclosure / termination of their contract in KPCL/government or any other utility/ blacklisting/ procedure initiated for blacklisting for participation in tender issued by KPCL or government or any other utility in India during the past 3 years. 4.0 FINANCIAL TURNOVER i. The Bidder ( as per para 2.1) shall have achieved an annual financial turnover of at least Rs. 100.00 Crores in any TWO financial years during the preceding Five completed financial years as on the date of submission of bid. Copies of audited P&L Account and audited balance sheet duly certified by the Chartered Accountant to establish annual turnover requirement stipulated above shall be submitted. ii. In case of consortium bid, Lead bidder and consortium partner (as per para 2.2.1 & 2.2.2) shall have achieved an annual financial turnover of atleast Rs. 80.00 Crores and 20.00 Crores respectively in any TWO Page 5 of 10

financial years during the preceding Five completed financial years as on the date of submission of bid. Copies of audited P&L Account and audited balance sheet duly certified by the Chartered Accountant to establish annual turnover requirement stipulated above shall be submitted. 5.0 Notwithstanding anything stated above, KPCL reserves the right to assess the capability and capacity of the bidder and or consortium partners to perform the contract, should the circumstances warrant such assessment in the overall interest of the KPCL. If such an assessment calls for rejection of any or all bids, KPCL reserves right to reject any or all bids. 6.0 Any agency whose performance in the ongoing projects of KPCL is observed to be not satisfactory such agency shall be liable for rejection. 7.0 Following documentary evidence for the minimum qualifying requirements shall be up-loaded. i. As a proof of the above, the intending /Lead bidder and his consortium partner shall furnish the relevant satisfactory performance certificates, on letter head with Corporate Identification Number, signed by competent authority/ceo of respective Thermal Power Station / other major industries / water supply board certifying the satisfactory performance of the equipment/ system supplied and installed by the bidder in respect of paras Sl.Nos.2 (a) and 2(b) above. ii. For financial qualifying requirement, Copies of audited P&L Account / annual report/audited balance sheet duly certified by the Chartered Accountant to establish annual turnover requirement stipulated under para no. 4(i) or 4(ii) shall be submitted along with PF registration and VAT. iii. iv. Consortium agreement (as per KPCL format) between Lead bidder and consortium bidder. Scanned copy of the BG towards EMD. v. Undertaking in the form of a notarized affidavit declaring that during the past 3 years: (a) (b) (c) Their EMD has not been forfeited. None of their contracts have been terminated/foreclosed on account of their default in KPCL or elsewhere. They have not been blacklisted/subject to procedure initiated for blacklisting for participation in tender issued by KPCL or government or any other utility in India and would not attract terms and conditions relating to rejection of bids. Page 6 of 10

8.0 The qualifying requirement as claimed by the Bidder(s) shall be filled up in the format enclosed in section A5, Volume-I, Part-I of General Conditions of the Contract. Non submission of this format will make the bid liable for rejection. 9.0 The intending bidder shall quote in Indian Rupees only. 10.0 Bids received from Bidders whose EMD has been Forfeited or contracts have been terminated or foreclosed on account of their Default in KPCL or elsewhere during the past 3 (Three) years will not be considered. The bidder shall give declaration that EMD has not been forfeited and none of his contracts have been terminated / foreclosed on account of their default in KPCL or elsewhere during the past 3 (Three) years. 11.0 Bids duly filled in shall be submitted through e-procurement portal only. The bids shall be submitted in two cover format. i. Cover-I shall contain EMD, Technical and Commercial bid documents to establish qualifying requirements, schedule F3 (Schedule of Guaranteed parameters) and will be opened first, document furnished will be scrutinized to determine the bidders meeting qualifying criteria. Bidder shall not enclose price schedule with Cover I and shall be submitted along with Cover II only. ii. Cover-II shall contain only Price Bid. The date of opening of the cover-ii would be intimated in advance to those bidders who are qualified. 12.0 The EMD furnished by the bidders will be forfeited in case the bidder withdraws the offer during the validity or violates any clause stipulated in the bid. i. The EMD will be returned to the unsuccessful bidders after the contract is awarded and entering into an agreement with the successful bidder. 13.0 The intending Bidders shall upload all the documents along with the application. 14.0 Tenders (Cover - 1 & Cover - 2) must be electronically submitted (online through internet) within the date and time published in e-procurement portal. Cover -1 of Tender will be opened at prescribed time and date in the e-procurement portal and Opening of Cover -2 will be intimated later. Page 7 of 10

15.0 The following are the Calendar of bid events for two cover tender system. 1. 2. 3. Date of Publishing of ABN and BBN in i)www.karnatakapower.com ii)www.eproc.karnataka.gov.in Last date for receipt of queries if any through e-procurement cell only. Date of pre-bid meeting, if required for technical clarification at KPCL, CE(TD)office, Bengaluru. 03.06.2015 15.06.2015 upto 17.00 Hrs 18.06.2015 at 11.00 Hrs 4. Uploading replies to queries 22.06.2015 5. Last date and time for submission of technical bid cover-i along with EMD and Price bid cover-ii through e- procurement cell. 30.06.2015 upto 17.00 Hrs 6. Opening of Technical bids (cover-i) 02.07.2015 at 11.00 Hrs 7. Opening of Price bids (cover II) Will be intimated later 16.0 BID VALIDITY: The validity of the bid shall be 180 days from the date of opening of the Technical bid (Cover-I) or extended period. 17.0 EARNEST MONEY DEPOSIT: i. EMD: Rs 55.00 Lakhs. The e-payment shall be made for Rs 1.00 lakh (direct debit, credit card & National Electronic Fund Transfer (NEFT) or Over The Counter (OTC) only through ICICI Bank and remaining Rs 54.00 Lakhs (Fifty Four lakhs) either in the form of crossed demand draft in favor of KARNATAKA POWER CORPORATION LIMITED, payable at Bangalore or Bank Guarantee from a Scheduled Bank on Rs 200/- stamp paper as per the KPCL Proforma. The Bank Guarantee submitted towards EMD shall be valid for a period of 210 days from the schedule date of opening of the technical bid (Cover-I). In case, the validity of the Bid is required to be extended, the validity of the BG furnished towards EMD shall be extended up to 30 days beyond such extended bid validity period. The Bank guarantee shall be furnished in the prescribed format. Only on receipt of full EMD of Rs. 55.00 Lakhs along with technical bid, Price bid will be opened and considered for evaluation. Page 8 of 10

ii. Part and incomplete bid / bids not accompanied with EMD / belated bids will not be accepted. 18.0 The successful bidder has to furnish a Bank Guarantee from a Scheduled Bank towards Contract Performance, equivalent to 10%(TEN) of the contract value with an appropriate validity period (including guarantee/ warranty period of one year in addition to the completion period of the work envisaged), at the time of entering into contract agreement. The BG shall be furnished in the prescribed format only. 19.0 COMPLETION PERIOD: Completion period is 12 months including monsoon for Pre-treatment plant (Clari-floculator) for surface water, Clari-floculator for recovered ash water and pumps, pipeline & pump house for recovered ash water, for the entire scope of work as specified elsewhere from the date of issue of LOA. 20.0 Corporation reserves the right to award whole or part of the work should the situation so warrant. 21.0 Bids with stipulations for settlement of dispute by reference to arbitration shall be liable for rejection. The bids containing conditions whatsoever will be liable for rejection. 22.0 KPCL reserves the right to verify the 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 the EMD furnished by such bidders will be forfeited. 23.0 Corporation reserves the right to accept or reject any/ or all bids. However reasons for rejection will be recorded as per KTPP act. 24.0 Part and incomplete bids/telegraphic bids/bids not accompanied by EMD/belated bids will not be accepted. 25.0 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 unfair practices both civil and criminal aimed at preventing other bidders from quoting for the bid, any act inhibits competition or any act that will be detrimental to the interest of the KARNATAKA POWER CORPORATION LIMITED. If the bidder is found to have resorted to such practices as specified above, he and others who act in concert with him shall be debarred from quoting for this bid and for future bids for a period of three years. Page 9 of 10

26.0 Corrigendum / Modification/Corrections, if any will be published in the website only. For any clarification on e-procurement, request for e- procurement training, Bidders can contact HELP DESK at 080-25501216 / 25501227. 27.0 Any other information required may be obtained from the office of the undersigned during office hours. Chief Engineer (Thermal Designs), KARNATAKA POWER CORPORATION LTD., 22/23, 2 nd FLOOR, SUDARSHAN COMPLEX, SHESHADRI ROAD, BENGALURU 560009 KARNATAKA INDIA. Tel:080-22206223; Fax:080-22386517 Email: kpclcetd@gmail.com /semcetd@gmail.com Website:http://www.Karnatakapower.com Page 10 of 10