You are on page 1of 5

_1Government of Jammu & Kashmir

OFFICE OF THE EXECUTIVE ENGINEER IRRIGATION AND F C DIVISION HANDWARA


NOTICE INVITING e-TENDER
e- NIT No: -12/IFCD/HND/2023-24 Dated: 06/12/2023.
For and on behalf of Hon’ble Lieutenant Governor of Jammu & Kashmir Union Territory, e-Tenders on percentage basis are
invited from approved and eligible contractors register with Jammu and Kashmir UT Government, for the following works: -
Advertised Cost Cost Earnest Type of Consultancy Tender ID
S.No Name of Work Money Time of
Cost of the Architecture T/Doc. (inRs)
Completion
l Eng. &
Consultancy
(Rs in Lacs)
01 02 03 04 05 06 07
Approved and 2023_IFC_2392
registered 24_!
01. Hiring of consultancy firConsultants /
services for framing of 0.66 200/- 1320/- 15 Days agencies
DPR’s. registered with
J&K UT.

1. The NIT Consisting of qualifying information, eligibility criteria, specifications, Bill of quantities (B.O.Q), Set of terms- and
conditions of contract and other details can be seen/downloaded from the departmental website www.jktenders.gov.in as
per schedule of dates given below:

1. Publishing Date 06/12/2023 16:00 Hours


2. Download Date Start 06/12/2023 16:00 Hours
3. Tender Submission date Start 06/12/2023 16:00 Hours
4. Tender Submission date Ends 26/12/2023 16:00 Hours
5. Date of Opening 27/12/2023 16:00 Hours

1. Bids must be accompanied with Earnest money and cost of tender document (Non- Refundable/Non-
transferrable) to be deposited under MH: 0702-Rev. Misc. in shape of Treasury Challan/ receipt or e-
Challan (mentioning therein NIT No, S No of work and Adv. Cost of work) and to be pledged in favour of the
Executive Engineer Jal Shakti Department (Irrigation & F C) Division Handwara & date on the instruments must
not be prior to date of issuance of this tender Notice.
2. If MSME firm is registered with NSIC (National Small Industries Corporation) agencies for tendered item then they
are exempted for submission of EMD & Tender Cost.
If MSME’s who are interested in availing these benefits will have to provide valid proof of their beings MSME’s
registered with any of the above-mentioned agencies. The 1st lowest Bidder has to produce an amount equal to 5% of
contract as Performance Security in the shape of CDR/FDR within 03 Days before fixation of Contract and shall be released after
successful completion of work.
3. The date and time of opening of Bid shall be notified on Web Site www.jktenders.gov.in and conveyed to the bidders
automatically through e-mail message on their e-mail address. The bids of Responsive bidders shall be opened online on
same Web Site in the office of Executive Engineer Irrigation & F C division Handwara.
4. The bids for the work shall remain valid for a period of 30 days from the date of Opening of
Technical bids.
5.
Instruction to bidders regarding e-tendering process.
a. Bidders are advised to download bid submission manual from the “Downloads” option as well as from
“Bidders Manual Kit” on website www.jktenders.gov.in to acquaint bid submission process.
b. 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.
c. The bidders have to submit their bids online in electronic format with digital Signature. No Financial bid
will be accepted in physical form.
d. Bids will be opened online as per time schedule mentioned above.
e. Bidders must ensure to upload scanned copy of all necessary documents with bid. . Note: -
Scan all the documents on 100 dpi with black and white option.
2. The department will not be responsible for delay in online submission due to any reasons.
3. Scanned copy of Earnest Money/CDR and cost of tender document in the shape of Treasury Challan
/ Receipt/DD for outsider UT of J&K bidders in favour of Executive Engineer Irrigation & F C Handwara (The Date of
Treasury Challan/DD should be between the date of Start of Bid and Bid Submission End Date) must be uploaded with
the documents of the bid. The Original Treasury Challan (Cost of Tender Document) and other relevant bid documents shall be
obtained from the lowest bidder before the fixation of the Contract.
4. 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.
5. Price escalation and taxes: The rate quoted by the bidder entirely in Indian Rupees, shall be deemed to include
price escalation and all taxes up to completion of the work. Deduction on account of taxes shall be
made from the bills of the Bidder on gross amount of the bill as per the rates prevailing at the time ofrecovery.
6. General Conditions of Contract:
The date of start of the work shall be reckoned within one week from the date of issuance of Contractallotment as the case may be.
Penalty for delay in completion: -In case of delay in completion of work beyond stipulated period of completion, penalty
upto maximum of 10% of the contract shall be imposed.
Time extension: -Suitable time extension shall be granted in case of increase in scope of work and in theevent of delay
beyond control of Bidder to be determined by the department.
Advance Payment: - No mobilization advance / equipment advance shall be paid unless otherwise specified in the SBD.
Secured Advance: - No Secured advance is admissible unless otherwise specified.
Schedule Payment: - The payment schedule shall be fixed after award of contract in favour of successful bidder, on the basis
of availability of funds and value of work executed, shall be determined by the Engineer. Amendment of bidding document:
Before the deadline for submission of bids the employer may modify the bidding document by issuing addendum.
The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any reason
thereof.
Safety:- The Bidder shall be responsible for safety of all activities at site of work.
Discoveries:- Anything of historical or other interest or of significant value unexpectedly discovered on the site shall be the
property of the Govt.
Tests:-The Bidder shall be solely responsible for carrying out the mandatory tests required for the qualitycontrol at his
own cost.
Termination:- The employer may terminate the contract if the Bidder causes a fundamental breach of thecontract.
7. Fundamental breach of contract will include:-
f. Non completion of work of within stipulated time without authorization of Engineer in-charge.
g. Bidder is declared bankrupt.
h. Any evidence of involvement of Bidder in corrupt practices.
i. If the Bidder indulges in willful disregard of the quality measures put in place by the department.
j. Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite fresh tender
for the balance work at the risk and cost of defaulting Bidder.
k. If In case Bidder failed to start /complete the work, within the stipulated time period, his Performance Security shall be
forfeited after termination of the contract. Besides, defaulting Bidder shall be debarred from taking works in R&B
Department at least for One year.
8. Specification/Quality Control:- All items of works shall conform to specifications asper IRC/MORTH/NBO/CPWD/SSR/ Any other prescribed
specifications.
9. Insurance: - Insurance cover to Labour / Machinery / Work / Plant material / Equipment by the Bidder shall be
mandatory.
10. Laws Governing the Contract:-The contract shall be governed by Laws of the land.
11. Court’s Jurisdiction:-In case of any disputes/differences between Bidder and Department the jurisdiction shall be UT of
J&K.
12. Time Extension
l. also
The work is to be completed within the time limit specified in the NIT and the time of completion will
increase / decrease in proportion with additional / deleted quantum of work depending
upon the actual quantum of work
m. Request for extension of time shall be made by the Bidder in writing not later than fifteen days of happening of the event
causing delay. The Bidder shall also indicate in such a request the period for which extension is desired.
n. Abnormal/ bad weather or serious loss or damage by fire or civil commotion, strike or lockout (other than among the
labor engaged by the Bidder) affecting any or the trade employed on the work, or non- availability of departmental
stores. Any other cause which in the absolute discretion of the accepting authorities is beyond the Bidders desire.
o. On Bidders representation based on the grounds as detailed above the time for completion of the work may be
extended by a period considered reasonable by the Department.
p. Extension of time shall be also admissible in the event of temporary suspension of work.
13. The tender/ bid is liable to rejection if it does not fulfill the requirement as laid down in NIT

14. The Bidder Shall have to upload the details of experience of similar work
successfully completed.
15. All other terms and conditions are as same as laid in PWD Form 25.
No. 3700-3712 Sd/-
Dated:- 06-12-2023 Executive Engineer
Irrigation & F C Division
Handwara
Copy for information to the: -
01. Chief Engineer Kmr. I&FC Department Srinagar for favour of information with the request that said NIT be got uploaded on our official website.
(Rate list enclosed)
02. District Development commissioner Kupwara for favour of information.
03. Superintending Engineer, Hydraulic Circle, Kupwara for favour of information
04. Dy. Director Information Department Srinagar for favour of information with the requested that eNIT may kindly be
published in at least two leading Daily Newspapers (English/Urdu) of the valley before the online tenders submission ends and
a copy of the Newspapers in which the NIT is published be sent to this office for record and reference, please.
05. Executive Engineer R&B Division Handwara for favour of information.
06-08. Executive Engineer, I&FC Division Kupwara/ P. H. E. Division Kupwara/Handwara for favour of information.
09-11. Assistant Executive Engineer Flood Control Sub Division Handwara/ Irrigation Sub Division Handwara/ Irrigation Sub
Division Langate for information.
12. HD Divisional Office for information.
13. Contractors Association Handwara for information.
14. Notice Board.
15. File
Appendix-I
COMPLETE BIO-DATA

Name of Firm/ Consultant: ______________________________________.

Office Address: ______________________________________.

Registration No: ______________________________________.

GST No. ______________________________________

Contact No: ______________________________________.

e-mail ID: ______________________________________.

Pan Card No: ______________________________________.

Bank Account No./ Name of Bank Branch ______________________________________.

Seal/Signature of intending Bidder


Treasury Challan/ Receipt

The Treasury Office,


Sub/District Treasury, __________.

Subject: Remittance under MH-0702-Rev. Misc on account of Cost of Tender Document.

Sir,
Kindly receive an amount of Rs. _____________ Rupees (_____________________________

_______________________________________) only on account of cost of tender document for work namely

_________________________________________________________________________________________________

_________________________________________________________________________________advertised by

Executive Engineer Irrigation & F C Division Handwara vide e-NIT No______________________ Dated:

_________________Tender ID No._____________________ for an adv. Cost of ₹.________Lakh.

Yours faithfully

Dated: / /2023

Name: ____________________________________

S/o_______________________________________

R/o_______________________________________

Regd. No: _________________________________

Signature Not Verified


Digitally signed by MASOOD AHMED WANI
Date: 2023.12.06 14:13:03 IST
Location: Jammu and Kashmir-JK

You might also like