Professional Documents
Culture Documents
Name of Cost of
Estt Cost document EDM Time allowed for Class of
S.No. Name of Work Division (in lacs) (in rupees) (2%) completion Contractor
1 2 3 4 5 6 7 8
1 Const of SOLID WASTE MANAGEMENT at 600 5840 1 months D
Village Baryal (W.no.-1), Pyt- Kashirah; Block -
Udhampur under SBM(G) Phase-II For the year 2.92
2022-23
REW
6 Const. of Solid Waste Management unit at Village UDHAMPUR 600 5940 1 month D
Larh, Panchayat Larh, Block Ghordi under SBM
(G) for the year 2022-23 2.97
Position of AA :-Accorded
Position of Funds:-Authorized
1. Bids must be accompanied with cost of Tender document in shape of e-challan through indicating
the name of work duly crediting to J&K Bank Account Number 0331010100000125 (J&K Bank Shakti
Nagar Udhampur) favouring Executive Engineer REW, Division, Udhampur uploading a copy of e
challan/receipt. Earnest money/Bid security in shape of CDR/FDR/BG pledged to Executive
Engineer REW, Division, Udhampur The Bank Guarantee should be valid for 45 days beyond bid
validity. The original instruments in respect of cost of documents, EMD and relevant documents of
L1 be submitted to the Executive Engineer REW, Division, Udhampur at the time of allotment.
3. The date and time of opening of Financial-Bids shall be notified on Web Site
http://serewjammu.in and conveyed to the bidders automatically through an e-mail message on
their e-mail address. The Financial-bids of Responsive bidders shall be opened online in the
Office of the Executive Engineer REW, Division, Udhampur. The date for same shall be
intimated separately.
4. The bids for the work shall remain valid for a period of 90 days from the date of opening of
Technical bids.
b) Failure of Successful bidder to furnish the required performance security within specified time
period issue of letter on intent.
c) In case contractor fails to execute the agreement within 28 days after fixation of contract.
6.2. To participate in bidding process, bidders have to get ‘Digital Signature Certificate (DSC)’ as per
Information Technology Act-2000. Bidders can get digital certificate from any approved vendors.
6.3. The bidders have to submit their bids online in electronic format with digital Signature. No financial
bid will be accepted in physical form.
6.4. Bids will be opened online as per time schedule mentioned in Para-2.
6.5. Bidders must ensure to upload scanned copy of all necessary documents mentioned in NIT and SBD
with technical bid online..
Note: - Scan all the documents on 100 dpi with black and white option.
7. The department will not be responsible for delay in online submission due to any reasons.
8. Scanned copy of cost of tender document in shape of e-challan through indicating the name of work duly
crediting to J&K Bank Account Number 0331010100000125 (J&K Bank Shakti Nagar Udhampur) favouring
Executive Engineer REW, Division, Udhampur uploading a copy of e challan/receipt and Earnest
4
Money/Bid Security in shape of CDR/FDR/BG if applicable pledged to Executive Engineer REW, Division
Udhampur. must be uploaded with the technical documents of the bid.
9. Bidders may contact office of the Superintending Engineer, REW, Jammu or concerned Executive Engineer for
any guidance for getting DSC or any other relevant details in respect of e-tendering process.
10. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they
should attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the
item rate inclusive of all taxes and it should be saved with the same name as it contains.
11. The unit rates and prices shall be quoted by the bidder entirely in Indian Rupees and the rates
quoted shall be deemed to include price escalation and all taxes up to completion of the work
unless otherwise, specified.
12. Bidders are advised to use “Tenders” area in their user on R&B e-Tendering portal to store such
documents as are required.
14. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties
in an Engineering Department of the State Government is allowed to work as a Contractor for a
period of two years after his retirement from Government service, without permission of the Government.
This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be
such a person who had not obtained the permission of the Government as aforesaid before submission of
the tender or engagement in the Contractor’s Service.
15. The key construction materials like Cement, Tar Steel, Bitumen of required grade, etc. shall be
arranged/purchased by the Contractor/Firm on his own for the above said work and the quality of
these materials arranged/purchased by the Contractor/Firm shall have to be verified/passed by
Engineer Incharge before start of the work and during the currency of the work. The approved
brands of Cement/Tar Steel are as under :-
i/ Cement of Ambuja, ACC, Birla Plus, JP Buland, Bangur or equivalent brand as approved by the
concerned Asstt. Executive Engineer.
ii/ Tar steel of SAIL, TATA TISCON, Rashtriya Ispat or equivalent brand as approved by the
concerned Asstt. Executive Engineer.
16. As per Development Commissioner (Works) Civil Sectt Jammu/Srinagar letter No. PW
(DCW/R&B/DB/316/18 dated 03-07-2018 and Chief Engineer PW (R&B) Department Jammu’s
letter No. CEJ/707-09 dated 02-07-2018, qualification criterion for tenders in respect of Jammu
Province shall be as under :-
18. The Department will not be responsible for delay in online submission due to any reason.
19 Performance Security :
19.1 Within 7 (Seven) days after the date of receipt of the Letter of Acceptance, the successful
bidder/contractor shall deliver to the Employer/concerned authority, a Performance Security in
any of the required forms for an amount equivalent to 3% of contract price.
5
19.2 If the Performance Security is provided by the successful bidder in the form of a bank
guarantee, it shall be issued by either (a) at the Bidder’s option, by a Nationalized / Scheduled
Indian Bank or (b) by a foreign bank located in India and acceptable to the Employer.
19.3 Failure of the successful bidder to comply with the requirements of Sub-Clause 19.1 of NIT shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.
20. In case the amount quoted by the successful bidder is less by more than 15% of the advertised
amount, the bidder shall have to deposit Additional Performance Security for Unbalanced Bids
in the shape of CDR/FDR/BG only before award of contract within 7 days from the date of issue
of Letter of Intent as per scale given herein below. Reference : Chief Engineer PW (R&B)
Department Jammu’s Circular No. CEJ/T/1474-75 dated 04-05-2019.
S.No Percentage of Unbalance bid viz. advertised cost Additional Performance Security
1 Upto and including 15% Nil
2 Beyond 15% and upto 20% 5% of advertised cost
3 Beyond 20% and upto 30% 10% of advertised cost
4 Beyond 30% and upto 40% 15% of advertised cost
5 Beyond 40% 20% of advertised cost
6
21 The Performance Security (including additional security for unbalanced bids) shall be provide to
the Employer not later than the date specified in the Letter of Acceptance and shall be issued in
an amount and form and by a bank or surety acceptable to the Employer, and denominated in
Indian Rupees. The performance Security shall be valid until a date 28 days from the date of
expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid
until a date 28 days from the date of issue of the certificate of completion
No :- XEN/REW/Udh/2023-24/397- 401
Copy to the :-
1. Director Rural Department Jammu for favour of information.
2. Superintending Engineer REW, Jammu for favour of information.
3. Deputy Director Information Department Jammu for publication of Tender Notice in
the two daily leading English newspapers for its wide publicity.
4. Assistant Commissioner Development Udhampur for favour of information.
5. Block Development Officer, Block Udhampur, Ghordi, Dudu Basantgarh, Latti Marothi and
Ramnagar for information
6. President Contractor Association Udhampur for information.
7
1. Scope of Bid
1.1 The Executive Engineer as a representative of the Governor of Jammu & Kashmir State invites
bids for the construction of works (as described in these documents and referred to as “the
works”). The name and identification number of the works is provided in the Appended NIT. The
bidders may submit bids for any or all of the works detailed in the table given in the Notice
Inviting Tender. Bid for each work should be submitted separately.
1.2 The successful Bidder will be expected to complete the work mentioned in the NIT mention
above by the intended Completion Date specified in the NIT and shall rectify all the defects
during defect liability period of 18 months for Building Work..
1.3 Throughout these documents the terms “bid” and “tender” and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have:
a. Made misleading or false representations in the forms, statements, affidavits duly attested by
magistrate and attachments submitted in proof of the qualification requirements: and/or
b. Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.
4. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of his Bid, and
the Employer will, in no case be responsible or liable for those costs.
5. Site Visit
The Bidder, at his own cost, responsibility and risk is encouraged to visit, examine and familiarize himself
with the site of works and its surroundings including source of earth, water, road aggregates etc. and
obtain all information that may be necessary for preparing the Bid and entering into a contract for
construction of the works. The costs of visiting the site shall be at the Bidder’s own expense. He may
contact the Executive Engineer incharge of work for any guidance relating to site visit.
8
B. BIDDING DOCUMENTS
7. e-challan through indicating the name of work duly crediting to J&K Bank Account
Number 0331010100000125 (J&K Bank Shakti Nagar Udhampur) favouring Executive Engineer
REW, Division, Udhampur uploading a copy of e challan/receipt
8. The bidder is expected to examine carefully all instructions, conditions of contract, terms and
specifications, bill of quantities, drawings in the Bid Document. Failure to comply with the
requirements of Bidding Documents shall be at the bidder’s own risk. Bids which are not
substantially responsive to the requirements of the Bidding Documents, shall be rejected.
To give prospective bidders reasonable time to take an addendum into account, in preparing
their bids the Employer shall extend, as necessary, the deadline for submission of bids.
Part I This shall be named Technical Bid and shall comprise of Scanned copy of following
documents
i/Copy of EMD in the form of CDR/FDR/BG
ii/e-challan through indicating the name of work duly crediting to J&K Bank Account Number
0331010100000125 (J&K Bank Shakti Nagar Udhampur) favouring Executive Engineer
REW, Division, Udhampur uploading a copy of e challan/receipt
List of Document to be enclosed with the Bidding Document by the intending Bidders
(Bidders are advised to use “My Documents” area in their user on Jammu & Kashmir e-Tendering
portal (http://jktenders.gov.in) to store their following documents which are used in all Tenders and
attach these certificates as Non Statutory documents while submitting their bids)
I) e-challan through indicating the name of work duly crediting to J&K Bank Account
Number 0331010100000125 (J&K Bank Shakti Nagar Udhampur) favouring Executive Engineer
REW, Division, Udhampur uploading a copy of e challan/receipt
ii) Copy of Registration Card duly renewed for the current financial year 2023-24.
iii) Copy of GSTIN issued from CBEC/Commercial Tax Department.
9
Note :- Original instrument in respect of EMD and relevant copies of Technical Bid Documents must be
produced by L1 at the time of allotment to the Executive Engineer REW, Division Udhampur.
Part II It shall be named Financial Bid and will be in electronic format comprising of :-
i. Bill of quantities.
13.3 All duties taxes, royalties and other levies payable by the contractor under the contract, or for any
other cause, shall be included in the rates, prices and total Bid price submitted by the Bidder.
13.4 The rates and prices quoted by the Bidder shall be fixed for the duration of the contract and
shall not be subject to adjustment on any account.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the employer may request
the bidder to extend the period of validity for a specified additional period. The request and the
bidder’s responses shall be made in writing. A bidder may refuse the request without forfeiting
his earnest money. A bidder agreeing to the request will not be required or permitted to modify
his bid, but will be required to extend the validity of his earnest money for a period of the
extension, and in compliance with clause 16 of ITB in all respects.
16.2 Bank Guarantee (and other instruments having fixed validity) issued, as surety for the bid shall
be valid for 45 days beyond the validity of the bid.
11
16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-
Clauses16.1 and 16.2 above shall be rejected by the Employer as non-responsive.
16.4 The Bid Security of the unsuccessful bidder will be returned within 28 days of the end of the bid
validity period specified in sub-clause 15.1.
16.5 The Bid Security of the Successful bidder will be discharged when the bidder has signed the
Agreement and furnished the required Performance Security.
C. SUBMISSION OF BIDS
Technical Bid: to be opened on 19-05-2023 at or after 1200 Hrs in the presence of Evaluation
Committee.
Financial Bid: Shall be opened in case of qualified bidders only.
The employer may extend the deadline for submission of bids by issuing an amendment, in
which case all rights and obligations of the Employer and the bidders previously subject to the
original deadline will then be subject to the new deadline.
19 Process to be Confidential
Information relating to the examination, clarification, evaluation, and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any attempt by a Bidder to influence the Employer’s processing of bids or
award decisions may result in the rejection of his Bid.
Any attempt by the bidder to influence the Employer’s bid evaluation, bid comparison or
contract award decision may result in the rejection of his bid.
A subsequently responsive “Financial Bid” is one which conforms to all the terms, conditions,
and specifications of the bidding documents, without material deviation or reservation. A
material deviation or reservation is one(a) which affects in any substantial way, inconsistent
with the bidding documents, the employer’s rights or the Bidder’s obligations under the
Contract; or (c) whose rectification would affect unfairly the competitive position of other
bidders presenting substantially responsive bids.
If a “Financial Bid” is not substantially responsive, it will be rejected by the employer, and may
not subsequently be made responsive by corrections or withdrawal of the nonconforming
deviation or reservation.
PRICE PREFERENCE
There will be no price preference to any bidder
GENERAL CONDITIONS
1
i) Stock issue rates should be advertised with each tender F.O.R. Divisional store which
shall remain valid during currency of the contract.
ii) Rates quoted shall be deemed to include escalation, all taxes, duties etc. whatever
during contract period.
iii) All other terms and conditions which are in vogue and as per PWD form 25 shall remain
applicable
3 In case of firm/contractor fails to start the work within the stipulated time, a registered notice
or notice sent through special messenger to the firm/contractor for non start of the work
that amounts to the breach of the contract will be sufficient to windup or cancel his contract.
4 The accepting authority reserves the right to accept or reject any or all the tenders before or
after their opening without assigning any reason thereof. The allotting authority in view of
the exceptional circumstances reserves the right of granting the contract to any of the
tenderer if deems proper in the interest of the work of course at the lowest received rates
without assigning any reason thereof.
5 The department may execute the work left by the contractor at the risk and cost of the contractor.
Any additional amount involved for execution of work shall be recovered from the contractor.
6 In case of any typographical error, if found in the rates, quantities or units etc. the same
shall be corrected and paid with contractor’s tender appreciation/depreciation or analysis of
rates whichever is less.
7 The contractor shall personally liable for civil and criminal prosecution under law, if specification
of the work/materials used are found in contravention to the specifications prescribed during
execution of work and even after completion and finalization of contract i.e. at any stage.
8 He will abide by all prevailing labour laws and will be personally responsible for any
causality/ eventually/accident during the period of contract.
9 The quantities advertised in the rate list are approximate and based on tentative estimates,
which can be increased or decreased by 30% as per necessity at site.
13
10 Any item or items of work found necessary during execution of work though not advertised
in the Rate list shall have to be got executed and paid with contractor’s tender
appreciation/depreciation or analysis of rates whichever is less.
11 Any item if found not necessary at site during execution of work through advertised can be
deleted and no claim what so ever shall be entertained on this account.
13 The watch and ward of all Material/Machinery shall be the responsibility of Contractor/Agency.
14 No extra lead, lift or carriage if involved shall be paid other than what has been advertised in
the rate list even if, it is involved at the site of work. The intending contractors/ agencies are
advised to inspect the site of work and keep in view the actual conditions prevailing at site
before tendering for the work.
16 50% deposit to contractor shall be released after six months of the date of the completion on
the report of the AEE incharge on the settlement of penalty case etc. Any repairs if required
to be got executed for defective work shall be done by the contractor at his cost during
defective liability period i.e. 18 months for Building Work.
17 The above work shall have to be completed by the contractor within stipulated time period
mentioned above and in case of his failure penalty to the extent of Rs 1000/day shall be
imposed.
18 For any dispute between the contractor and the department, the Superintending Engineer,
REW Jammu shall act as an arbitrator, whose decision shall be final and binding upon both
the parties, provision of J&K Arbitration Act. With latest amendments shall be applicable.
19 For any dispute between the contractor and department the jurisdiction of Jammu Court will
be applicable.
20 PWD account code shall be applicable for making payments to the contractor/firm that
provides for with holding 10% of amount of bills as contractor deposit.
21 The Material including tar coal issued to the contractor but found short will be recovered
from the deposit/ bills of the Contractor at one and a half time stock rates of the department.
22 All terms and conditions of NIT/Agreement/ Special conditions lay down in the enclosed
Rate List shall also hold good.
23 The department shall deduct the 1% cess on cost of construction and deposit the same with
the J&K Building and Other Construction Workers Welfare Board (Labour Department)
under the provision of law in order to avoid any legal proceedings.
SPECIAL CONDITIONS :-
1/ Time of completion is the essence of tender. After the completion of allotted date, the work
will be put to fresh tender at what stage it may be at the risk and cost of the tenderer.
2/ The work shall have to be completed by the contractor within stipulated time period mentioned above
and in emergency cases, if work allowed to continue beyond expiry period, then the current stock rate
of key construction material shall be applicable rather than the advertised in the NIT.
5/ In case the amount quoted by the successful bidder is less by more than 15% of the
advertised amount, the bidder shall have to deposit Additional Performance Security for
Unbalanced Bids in the shape of CDR/FDR/BG only before award of contract within 21 days
from the date of issue of Letter of Intent as per scale given herein below (Reference : Chief
Engineer PW (R&B) Department Jammu’s Circular No. CEJ/T/1474-75 dated 04-05-2019)
Additional Performance
S.No Percentage of Unbalance bid viz. advertised cost Security
1 Upto and including 15% Nil
2 Beyond 15% and upto 20% 5% of advertised cost
3 Beyond 20% and upto 30% 10% of advertised cost
4 Beyond 30% and upto 40% 15% of advertised cost
5 Beyond 40% 20% of advertised cost