We help you build
your dreams
Empanelment of Contractor
NOTICE INVITING TENDER
LTG Projects Pvt Ltdis a professionally managed organization engaged in imparting a wide spectrum of services in the domain of infrastructre providers for housing and other infra projects since 1999. Recognized as one of the reliable company, our major focus is towards "House for all" with efficiency, reliability, quality and flexibility.

The application form for empanelment shall be downloaded from LTG Projects Pvt Ltdwebsite www.ltgindia.com (for reference only)

  1. Tenderer who has downloaded the tender from the LTG Projects Pvt Ltdwebsite and shall not temper / modify the tender form including downloaded price bid template in any manner. In case if the same is found to be tempered /modified in any manner, tender will be completely rejected and tenderer is liable to be banned from doing any business with LTG Infrastructure Limited.
  2. Not more than one tender shall be submitted by one tenderer / bidder having business relationship.
  3. Intending tenderers are advised to visit again LTG Projects Pvt Ltdwebsite at least 3 days prior to closing date of submission of tender for any corrigendum / addendum /amendment.
  4. It is advised that the Tenderer should arrange the document (s) to be uploaded in a single folder / packet and upload the same on the portal.
  5. The application fee of Rs.300/- in the form of Demand Draft / Banker’s Cheque in support of quotation must be delivered to HR Manager, LTG Infrastructure Limited, Bangalore on or before bid opening date / time as mentioned in the schedule above.
  6. No other documents other than application fee of Rs.300/- (Demand Draft / Banker’s Cheque) will be accepted manually or in the form of hard copies. However, if LTG Projects Pvt Ltdmay feel they may ask information / documents (hard copies) to support the information provided by the bidder in the tender, if any, for proper examination/verification.
  7. Bids will be opened as per date/time as mentioned in the schedule above.
  8. Interested bidders or its authorized representatives shall participate in the Bid Opening process.

SECTION – 1 (SCOPE OF WORK)
The empanelled contractors have to carry out all civil, electrical & interior furnishing related works viz. cement concreting, brick / stone masonry, plastering, flooring, painting, paving, aluminium / iron partition works, wooden / glazed partitions for cabins & separation, false ceiling work, painting & POP finish, MS fabrication works, waterproofing, wooden cupboard / furniture etc., on selection.

SECTION – 2 (ELIGIBILITY CRITERIA)
Pre-requisite
The bidding is open to qualified bidders who fully meet the following requirements and provide satisfactory evidence in support, failing which their bid may be rejected:
The empanelled contractors have to carry out all civil, electrical & interior furnishing related works viz. cement concreting, brick / stone masonry, plastering, flooring, painting, paving, aluminium / iron partition works, wooden / glazed partitions for cabins & separation, false ceiling work, painting & POP finish, MS fabrication works, waterproofing, wooden cupboard / furniture etc., on selection.

Eligibility Criteria
  1. The firm / contractor shall be registered with Government / Semi Government organization like CPWD/Banks/PSUs/ and other Autonomous bodies under Government of India as contractor (signed and scanned copy of documentary proof to be furnished).
  2. The tenderer / contractor / agency should have valid GST / PAN No./ Labour License / Registration Number with the appropriate authority, whichever applicable (signed and scanned copy of documentary proof to be furnished).
  3. The firm / contractor should have average financial annual turnover (gross) for the last three years, ending 31st March of the previous financial year, should be Rs. 5,00,00,00/- (Rupees Five crores only) and should not have incurred any loss in more than two years during the immediate last 3 consecutive financial years ending on 31.03.2018.
  4. The intending firm / contractor should have successfully completed / carried out civil, electrical & interior furnishing work or similar type of works in Govt. Departments / Govt. Agencies / Govt. Institutions / Public Sector Undertakings / Banks and/or any other reputed companies /institutions during last five years as below:
    1. Three similar completed / running contracts not less than the amount equal to 40% of the estimated cost i.e. not less than Rs.2,00,00,00/-
    2. or
    3. Two similar completed / running contracts not less than the amount equal to 50% of the estimated cost i.e. not less than Rs.2,50,00,00/-
    4. or
    5. One similar completed / running contract not less than the amount equal to 100% of the estimated cost i.e. not less than Rs.5,00,000,00/- Documentary evidence such as work order and completion certificate to be submitted in support of above.
  5. ) The tenderer must have their office in Bangalore region,
  6. )The bidder has to provide an undertaking indicating that their firm / agency has not been banned/ blacklisted by any Central Govt. / Ministries & Departments and CPSEs / Banks etc. during the last 5 years period (signed and scanned copy of undertaking may be furnished).
  7. )The contractor should be in possession of E-Token compatible with NIC (Digital signatures) for participating in bidding process in future.

SECTION – 3 (GENERAL TERMS & CONDITIONS)
  1. BIDS
  2. The bidders are required to submit the online bids.
  3. All the pages of bid being submitted, shall be duly signed under seal of the bidder organization by the bidder or a person duly authorized to sign on behalf of bidder. Such authorization shall be in the form of authority letter or written power of attorney. All the documents shall be sequentially numbered by the authorized signatory of the bidder irrespective of nature of content of the documents before uploading.
  4. If the space in the application is insufficient for furnishing full details, the applicant may be given the details on separate sheet.
  5. Application containing false / incomplete / or conditional information is liable for rejection.
  6. If any information of details furnished by applicants willingly / unwillingly, withheld are found to be false at any time in future, the empanelment of such applicant will be cancelled immediately and security deposit will be forfeited.
  7. Overwriting and corrections should be avoided. Correction, if any, should be made by neatly crossing out, rewriting and initialled by the person or persons signing the bid.
  8. 7 The bid must contain the name and place of business of the person or persons making the bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or handwritten below the signature.
  9. The Owner may, at its discretion, extend this deadline for the submission of bids by amending the Invitation to Bid/ Tender, in which case all rights and obligations of the Owner and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.
  10. Bids shall be kept valid for acceptance for a period of 120 days from the date of opening of Bids. A Bid valid for a shorter period may be rejected by the Owner as non-responsive.
  11. The Owner reserves the right to itself to accept any Bid or reject any or all Bids or cancel/withdraw Invitation to Bid without assigning any reason for such decisions. Such decisions by the Owner shall bear no liability whatsoever consequent upon such a decision.

MODIFICATION AND WITHDRAWAL OF BIDS
  1. The Bidder may modify or withdraw its bid after the bid’s submission provided that written notice of the modification or withdrawal is received by the Owner prior to the deadline / last date prescribed for submission of bids. Any modification or withdrawal of bids shall not be allowed after the last date of submission of bids.

LANGUAGE OF BID
  1. The bid prepared by the Bidder and all correspondence and documents relating to the bid, exchanged by the Bidders and the Owner, shall be written in the English.

INFORMATION REQUIRED WITH THE PROPOSAL
  1. The bid prepared by the Bidder and all correspondence and documents relating to the bid, exchanged by the Bidders and the Owner, shall be written in the English.
  2. The complete information shall be provided by the Bidder in the form of separate sheets, drawing,catalogues, etc., if required and shall be uploaded.
  3. Oral statements made by the Bidder at any time regarding quality, quantity or arrangement of the equipment or any other matter will not be considered.
  4. Standard catalogue pages and other documents of the Bidder may be used in the bid to provide additional information and data as deemed necessary by the Bidder. These pages should be signed by the authorized signatory of the bidder.

OPENING OF BIDS BY THE OWNER
  1. The Bids shall be opened by the Owner on the date specified in Invitation of Bids (Section -1,Clause 2) or in the case any extension has been given thereto, after the extended Bid submission date notified to all Bidders. The intimation / communication for financial bid opening date & time to the qualified bidders will be notified through e-mail / SMS / fax etc.
  2. No electronic recording devices will be permitted during bid opening.
  3. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 2.0 above shall not be opened. LTG Infrastructure will examine all other Bids to determine whether they are complete whether the requisite Bid Guarantees have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

CLARIFICATION OF BIDS
  1. 1 To assist in the examination, evaluation and comparison of bids the Owner may, at its discretion, ask the Bidder for clarification of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

SECTION – 4 (OTHER TERMS & CONDITIONS)
  1. LTG Infrastructure may approach / visit the contractor’s client to verify contractor’s general reputation /competence.
  2. Documentary proof with respect to the details furnished in the application form regarding eligibility criteria shall be furnished along with the application form. With regard to the completed works, copies of the work order and completion certificate shall be submitted.
  3. The bidder has to submit the Client’s Certificate as per Annexure – 9, from at least two of them clients mentioned in the list of work executed.
  4. . The enlistment of a contractor at LTG Infrastructure shall only entitle him to be considered for issue of tender document, in case any civil, electrical & interior furnishing works arises, it shall not confer nay right on him either to be necessarily issued in the tender papers or for award of work.
  5. Generally, the routine works at LTG Projects Pvt Ltdup to Rs.15.00 lakhs will be awarded by calling competitive quotations / tenders from the empanelled contractors.
  6. LTG Projects Pvt Ltdreserves the right to call open tenders in which agencies not empaneled in this process but meeting the qualification criteria for the tender can participate. For such tenders, the empaneled contractors under this process meeting the stipulated criteria of tender can also participate.
  7. The empanelment shall be valid for a minimum period of one year and subject to review, LTG Projects Pvt Ltdmay decide to extend it for another one year.
  8. . LTG Projects Pvt Ltdmay reserves the right to remove / delete the name of the firms from the empaneled list if the contracting firm:

    1. Has, on more than one occasion failed to execute a contract or has executed it unsatisfactorily/delay; or
    2. is proved to be responsible for work quality defects in one or more works; or
    3. persistently violates any important conditions of the contract; or
    4. does not start the work after the same is awarded to him on two occasions.

  9. LTG Projects Pvt Ltdreserves the right to accept or reject, any or all the offers submitted in response to this advertisement without assigning any reasons thereof.
  10. The evaluation & marking of the bids for empanelment process will be on the basis of attributes such as Financial Strength, Similar Experience, Work executed, empanelment with CPWD/MCD/Banks/PSU; inspection of work done, financial capabilities, etc.
  11. Decision of LTG Projects Pvt Ltdfor empanelment will be final and binding and no further correspondence will be entertained.



No

No

LTG INFRASTRUCTURE LIMITED
Corporate Office
LTG Tower, #3,4,5& 6, 3rd Floor, BDA Outer Ring road, Near Kempegowda nagar Arch, Laggere, Bengaluru - 560 058 Karnataka ,India.
080 - 2961 6921 / 2961 5900.
enquiry@ltgprojects.in

LTG INFRASTRUCTURE LIMITED
Corporate Office
LTG Tower, #3,4,5& 6, 3rd Floor, BDA Outer Ring road, Near Kempegowda nagar Arch, Laggere, Bengaluru - 560 058 Karnataka ,India.
080 - 2961 6921 / 2961 5900.
enquiry@ltgprojects.in