You are on page 1of 6

Government of Jammu & Kashmir

OFFICE OF THE EXECUTIVE ENGINEER PHE DIVISION KUPWARA


NOTICE INVITING TENDER
E- Tendering NIT No: 39/PHE/Kup/2023-24.
For & on behalf of Lt Governor J&K Union Territory E-Tenders (In Single Cover System) are invited on
item rate basis from approved eligible contractors registered with J&K UT Govt PWD, Railways & other
State/Central Govt. for following works indicated against each.
S.N Name of works Est Cost (Rs. Earnest Cost Time of Class of Cont Position of funds
o In lacs) Money of Completio
T/Doc n in days

1. Repairement of existing system & 7.42 14840/- 480/- 30 days DEE/ Available
Laying/Fitting of pipes for WSS CEE
Dardsun Balla (JKIDFC)

Documents consisting of qualifying information, eligibility criteria, specifications can be had From the
departmental website https://Jktenders.gov.in as per schedule of dates below.
01. Date of publishing/Uploading of Tender Notice 10-08-2023
02. Start of downloading 10-08-2023
03. Bid Submission start date. 10-08-2023
04. Bid Submission end date. 16-08-2023 (13.00 HRS)
05. Date & time of opening Bids (Online) 16-08-2023 (14.00 HRS)
Note :-The Bidders are advised to read all conditions laid down in the NIT carefully before uploaded softcopy any short fall found in the
soft copy the tender shall be rejected .
Note: As per Circular issued by the Government of Jammu and Kashmir Civil Secretariat Finance department vide No.OM No.A/24(2017)-651
dtd.07-06-2018 which reads as under :-
a) Furnishing of Hard Copies of bids immediately after submission of e-tenders is dispensed with .The same should be obtained only from
the Bidder who’s declared Ist Lowest (L-1) after opening of financial bids.
b).The Cost of tenders should be collected by introducing E-challan/ or simply uploading a copy of necessary Treasury Challan/Receipt.
Bids must be accompanied with cost of Tender document in shape of Treasury Challan/ in favour of Executive Engineer PHE Jal Shakti Kupwara
tender inviting authority ).
Bids must be accompanied with cost of Tender document in shape of E-Challan cum Treasury Minor Head :0215- water
supply & sanitation in favour of Executive Engineer PHE Division Kupwara (tender
inviting authority ) and Earnest money /Bid security in shape of CDR/FDR pledged to Executive Engineer PHE Division
Kupwara (Tender receiving authority)
Bidding documents consisting of qualifying information, eligibility criteria specification. Drawings, 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 rates given above.
Bids must be accompanied with cost of Tender document in shape of demand draft in favour of Executive Engineer PHE
Division Kupwara and Earnest money /Bid security in shape from any nationalized Bank pledged to Executive Engineer
PHE Division Kupwara (tender receiving authority)
The date and time of opening of Bids shall be notified on Web Site WWW.Jktenders.gov.in and conveyed to the bidders
automatically through an e-mail message on their email address. The bids of Responsive bidders shall be opened online on
same web site in the office of the Executive Engineer PHE Division Kupwara. (Tender receiving authority)
The bids for the work shall remain valid for a period of 120 days from the date of opening of bids. The earnest money shall
be forfeited if:
Any bidder/tenderer withdraw his bid/tender during the period of bid validity or make any modifications in the terms
and conditions of the bid.
Failure of successful bidder to furnish the required performances security within the specified time limit.
Failure of Successful bidder to execute the agreement within 28 days after fixation of contract.
Instruction to bidders regarding e-tendering process.
5-1. 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 acquaint bud submission process.
5-2. 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 vendor.
5-3. The bidders have to submit their bids online in electronic format with digital Signature. No financial bid will be
accepted in physical form.
5-4. Bids will be opened online as per time schedule mentioned in Para-1
5-5. Bidders must ensure to upload scanned copy of all necessary documents with bid. Beside original/Photocopies of
documents related to the bid be submitted physically/by registered post/through courier before are upto the date
specified in para-1
Note:-Scan all the documents on 100 dpi with black and white option.
6. The department will not be responsible for delay in online submission due to any reasons.
7.The cost of tender documents should be collected by introducing E- Challan or simply uploading copy of necessary
treasury challan / receipt, In Place of Actual call deposit receipt or copy of same duly pledged to Executive Engineer PHE
Division Kupwara Should be uploaded by the tenderers , However before allotting the work to the lowest the original
CDR Shall be obtained.
8. 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.
9. Price escalation and taxes:- 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 upto completion of the work. Deduction on account
of taxes shall be made from the bills of the contractor on grass amount of the bill as per rates prevailing at the time of
recovery. The bidder advised to use ‘’My Documents’’ area in their user on PHE E-Tendering portal to store such
documents as are required.
In case of CRF and any other specified project the relevant guideline/standard bidding document shall be followed.
Instructions to Bidder (ITB)
1. All Bidders shall include the following information and documents with their bids.
a) Copies of original documents defining constitution/legal status, place of registration and principal place of Business.
b)Valid Renewal Registration card /GST No, ITR & PAN No. along with latest sales Tax clearance
certificate/acknowledgement receipt of sales Tax return file.
c)The treasury receipt on this account shall be nominated for the NIT with S No, & Date, otherwise it shall be
worth rejection.
2. The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings before
Submission of bid.
3. Non attendance of pre-bid meeting will not be cause of disqualification of the bidder.
4. All documents relating to the bid shall be in English Language.
5.
6.. The Departmental material shall be supplied to the contractor on following rates from Divisional Stores:-
Cement will be issued on cash payment…..@Rs.500/bag
Steel of all sorts……………………@Rs.6800/Qtl (SAIL)
If the bidder does not quote rate for any item of the rate list/quantity schedule, cost of such item/items shall be deemed to
be part of the overall/total contract value. No rate shall be allowed for such item/items in the allotment of contract.
General conditions of Contract:-
5-1. The date of start of the work shall be reckoned within one week from the date of issuance of LOI/Contract allotment as
the case may be.
5-2. 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.
5-3. Time extension:- Suitable time extension shall be granted in case of increase in scope of work and in the event of delay
beyond control of contractor to be determined by the Department.
5-4.Advance Payments:-No mobilization advance/equipment advance shall be paid.
5-5. Retention Money:-10% shall be deducted from each running bill of the successful contractor which shall be released
after virtual completion of work in all respects.
5-6. Amendment of biding documents:-Before the dealing for submission of bids the employer may modify the bidding
documents by issuing Addenda.
5-7. The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any
reason thereof.
5-8. Traffic regulations:- The contractor is bound to adhere to traffic regulations as is applicable from time to time and
ensure arrangements of smooth regulation of traffic during execution of work.
5-9. Arbitration:- The arbitration shall be conducted in accordance with the arbitration procedure stated in the J&K
conciliation and arbitration Act No:______ of 1997 issued vide SRO No:403 vide notification of J&K Govt ‘’ Law
Department’’11th December-1997)
5-10.Defective liability period: The DLP shall be calculated from date of certified completion of work and period shall be 18
months.
5-11.Safety:- The contractor shall be responsible for safety of all activities at site of work.
5-12. Discoveries:- Anything of historical or other interest or other interest or of significant value un expectedly discovered
on the site shall be the property of the government.
5-13. Tests:- The contractor shall be solely responsible for carrying out the mandatory tests required for the quality control
at his own costs.
5-14. Termination:-The employer may terminate the contract if the contractor causes a fundamental breach of the contract.
Departmental breach of Contractor wail include:-
a) Continuous stoppage of work for a period of 30 days without authorization of Engineer In-charge.
b)Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite fresh tenders for
the balance work at the risk and cost of defaulter contractor.
C)If in case3 Contractor fails to start/complete the work, within the stipulated time period , his CDR/Earnest money shall
be forfeited after termination of the contract, Besides defaulters contractor shall be debarred from taking works in PHE
Department at least for one year.
d)The technical specifications for the kind of material procured by the contractor are as per specifications given below:-
S No Type of material Technical Specifications Test to be carried Reference IS
Code.
1. Galvanized Iron ISI marked Galvanized Mild Steel The inspecting agency shall check internal test IS:1239 Part-
Tubes/GMS tubes conforming to IS:1239 (part- report incl, bill test certificates for raw material 1 2004
Tubes/GI pipe I) 2004 Sixth Revision read with required for manufacture of pipes as per relevant
up to date amendments in B.I.S code, the raw material shall be from M/S
random length of 4 to 7 meters, steel authority of india Ltd/Tata/steel, ESSAR,
screwed on both ends as per JSW, steel, Bhushan steel in respect of steel) H.R
IS:554/1190. Socketed at one end Coils) and M/S Hindustan Zinc ltd in respect of
& other end. Protected with High-Grade Zinc.
plastic protector in the various Besides this the following tests shall also be
sizes of normal bore and classes checked and witnessed by the third party
(light). The socket conforming to inspection agency.
IS:1239 (Pt.11/1992)-4th revision) i) Hydrostatic testing of each pipe to be test
with amendment No:1 to 3 and pressure of 5Mpa as per code.
latest as on adte: ii) chemical analysis/composition of HR coil.
Light class 15mm NB to 100mm iii) Galvanization quantity as per code.
Dia iv) tensile trength of the material.
Medium Class 125mm NB to v) Drift test for the socket.
150mm NB Din. vi) Bending test.
viii) Any other test that the Department or third
party may suggest as per site requirement and
relevant codes.
2. Ductile Iron Supply of ISI marked centrifugally i) Visual and Dimensional checks as per clause 10 IS 8329/2000
Pipe/DI pipe cast (spun) Ductile Iron pressure of IS 8329/2000.
pipes for water gas, sewage with ii) Mechanical test as per clause 10 of IS
socket and spigot ends confirming 8329/2000.
to IS:8329/2000 read with latest iii) Hydro static tests as per clause 11 of IS
amendments in standard lengths 8329/2000 with latest amendments.
of 4 Mtrs, 5Mtrs, 5.5Mtrs and iv) Joint leak Tightness of DI pipes as per
6.00Mtrs for classification K-9 & IS:8329/2000.
K-7 suitable for push on joint v) Testing of FPDM rubber Gaskte as per IS:5382-
(Rubber Gasket-D jointing) with 1985.
cement mortar zinc coating with vi) Ring bend test for 03’’ deflection with respect
Bituminous finish coat as per to external diameter of DI pipe to prove that
IS:8329/2000 with FPDM rubber internal cement Mortar doesn’t come of the
gaskets conforming to OS:5382 of substrate surface of the ductile iron on random
1985. basis for each menufacyuring lot.
The FPDM rubber gaskets vii) Besides these tests, the third party inspection
conforming to IS:5382 of 1985 agency shall check and review the raw material
shall be supplied with each pipe. test certificate of the material used for the
manufacture of DI pipes.
viii) Any other test that the Department or third
party inspection may suggest as per site
requirement and relevant codes.

3. Galvanized iron Supplying of Ductile Iron Pipe All the necessary tests as per the re;event IS code IS:1239 Part-
fittings GI fittings with ISI Mark as per IS and as desired by the executing agency. II 2004 &
fittings/DI 9523:2000 (with latest IS:545/1994
fittings amendments if any)
Supplying of Galvanized iron
pipe fittings with ISI Mark as per
IS:1239 (with latest amendments if
any)
4. Sluice Specification as per relevant IS Sent leakage test. IS:13095,
valve/Ductile code. Hydrostatic test. IS:14846,
Iron valve/PN Disc, strength test at body pressure in each IS:1865:1998
valve, PN 1.0, PN direction.
1.6 Valve operation with and without actuator.
Magnetic particles test on body and disc/door.
Dye penetration test on metal seats, ultrasonic
tests on shafts.
Overload torque test shall be carried on the gear
boxes on valves.
Closed end test.
Open end test.
All other necessary tests as per the relevant IS
code and as desired by the executing agency.
5. Non-Return Specifications as per relevant Seat test IS:5312 (part
valve/DI NRV IS:Code Body test. 1) 2004
PN 1.0, PN.1.6 All other necessary tests as per the relevant IS
code and as desired by the executing agency.
6. Pumps Specification as per relevant IS Performance test. IS:1710:1989,
VT/Horizotal/Su code. Laboratory test. IS:14536,
bmersible Field test. IS:9283 2013
Type test. IS:1520:1980
Routine test.
Overload test. IS:6595:1993,
Insulation Resistance test. IS:8034:1989
High voltage test. IS:8472:1977,
Leakage current test. IS:9079:1989
All other necessary tests as per the relevant IS
code and as desired by the executing agency.
The Third party inspection/testing at the manufactures works in mandatory to l ensure that standard of quality of the
material is being maintained by the Department. The third party inspection agencies whose services are being
utilized/approved by the PHE Kashmir Department till date are:
ij M/S CEIL 4th Floor 1-Bhikaji-Cama place R.K Puram New Delhi 110066.
ii) M/S RITES (Rites Bhawan No. 01 Sector l, Gurgaon 122001 India)
The Contractor has to get third party Certificate from above approved agencies , before supplying of required material.
.The contractor shall be responsible for carrying out the mandatory tests required for the quality control at his own
cost.
1. The pipe material ISI marked Galvanised Mild Steel tubes should confirm to IS:1293 (pt.1)/2004 6th revision read
with upto date amendments in random length of 4 to 7 mtrs, screwed on both ends as per IS:S54/1990, socketed at one
end and other end protected with plastic protector in various sizes of nominal bore and classes. The socket confirming
to IS:1239 (pt. II/1992) (4th revision) with amendment No. 1 to 3 and latest on date and ISI marked centrifugally cast
(spun) D.I pipes with socket and spigot end as per IS : 8329/2000 read with latest amendments in standard lengths of
4,5,5.5 & 6 mtrs for classification K7 & K9 ranging nominal diameters as indicated here under suitable for push on joints
(Rubber Gasket-D joining) with cement mortar lining inside the pipes without side Zing coating with Bituminous finish
coat as per IS 8329/2000 read with amendment No, 1, hydrostatic tests as per clause – 11 of IS :8239 with latest
amendments each pipe to be supplied with EPDM Rubber Gasket conforming to IS: 8382 of 1985. The class of pipe is
specified as light “A”. all GI/DI pipes should be entrenched especially in hilly areas with a trench depth of 0.60m to
1.00 m and where same is not technically possible, the pipes so kept naked will have to insulated with PUF using
chicken mesh & tin foil of approved
thickness & specifications against the proposed earthwork and nothing extra shall be paid to the contractor on this
account.
2. The pipe materials other relevant materials viz chain link, BA wire mesh, Iron of sorts provided by the contractor for
the particular work will be checked at site by departmental monitoring committee. Further the Third-Party inspection
certificate shall also be provided by the contractor in respect of material provided and used by him. The pipe will be
laid only after the certificate will be issued by the same committee.
5-15. Major Labour laws applicable to establishment engaged in building and other.
Construction Work:-
Workmen compensation act 1923.
Payment of Gratuity Act 1972.
Employees P.F and Miscellaneous provision Act 1952.
Maternity Benefits Act 1951.
Contract Labour (Regulation & Abolition) Act 1970.
Minimum wages Act 1948.
Payment of Wages Act 1936.
Equal remuneration Act 1979.
Payment of bonus Act 1965.
Industrial disputes Act 1947.
Industrial employment standing orders Act 1946.
Trade union Act 1926.
Child labour (Prohibition & Regulation) Act 1986.
Inter State Migrant workmen’s (Regulation of employment & conditions of service) Act 1979.
The Building and other Construction workers (Regulation of employment and condition of service) Act 1996 and the
Census Act of 1996.
Factories Act 1948.
Compliance with labour Regulation Laws of J&K State.
15-16. Specification/Quality Control:-All items of works shall conform to Specifications as per
IRC/MORTH/NBO/CPWD/SSR/ Any other prescribed specifications.
15-17. Insurance:-Insurance cover to Labour/Machinery/Work/Plant material/ Equipment by the Contractor Shall be
mandatory.
15-18. Laws Governing the Contract:- The Contract shall be governed by Laws of the land.
15-19.Court’s jurisdiction:- In case of any disputes/differences between contractor and Department the jurisdiction shall be
J&K State.
15-20.Time extension:-
The work is to be completed within the limit specified in the NIT and the time of completion will also increase/decrease in
proportion with additional/deleted quantum of work depending upon the actual quantum of work.
Request for extension of time shall be made by the Contractor in writing not later than fifteen days of happening of the
event causing delay. The Contractor shall also indicate in such a request the period for which extension in desire.
Abnormal/bad weather or serious loss or damage by fire or civil commotion, strike or lockout (other than among the
labour engaged by the Contractor) affecting any or the traders employed on the work’ or Non availability of Department
stores. Any other cause which in the absolute discretion of the accepting authority is beyond the Contractor’s desire.
On contractor’s representation based on the grounds as details above the time for completion of the work may be extended
by a period considered reasonable by the Department.
Extension of time shall be also admissible in the event of temporary suspension of work.

No:PHEDK/1908-20 Sd/=
Dated:10-08-2023 Executive Engineer
PHE Division Kupwara

Copy to the:-
01. Chief Engineer Kmr PHE Department Srinagar for information.
02.District Development Commissioner Kupwara for information.
03.Superintending Engineer (Hyd) Circle Kupwara HQ:Handwara for information.
04.Joint Director information Department J&K State Srinagar for publishing the NIT in two leading dailies before due to
date (English as well as Urdu).
05. M/s wide Angel advertising service Handwara Kashmir for favour of getting the Gist of NIT Board casted on AIR
twice before its due date.
06-08.Executive Engineer, PHE Division Handwara/Irrigation Division Handwara/ Kupwara for information.
09.The Kashmir chamber of Commerce and industry Residence Road Srinagar for information.
10. Assistant Executive Engineer PHE Sub-Division Kupwara/Kralpora/Sogam for information.
11.NB/NIT file.
ANNEXURE “A”
BID SECURING DECLARATION FORM

Date:_____________ Tender Notice No._____________

To (Executive Engineer Jal Shakti PHE Division Kupwara)


undersigned declare on rather that:

I understand that according to the norms in vogue, bids must be supported by a bid security Declaration.

I accept that I may be disqualified from bidding for any contract with you for a period of two year from the date of notification
if I am in a breach of any obligation under the bid conditions because I
a) have withdrawn/modified/amended, impairs or derogates from the tender, my Bid during the period of bid validity
specified in the form of bid: or
b) Having been notified of the acceptance of our Bid by the tender receiving authority during the period of bid validity
if I fail or reuse to execute the contract in accordance with the instructions of bidders.

I understand this Bid Securing Declaration shall cease to be valid if I am not the successful Bidder, upon the earlier of
(i) the receipt of your notification of the name of the successful Bidder or (ii) thirty days after the expiration of the validity of
my bid.

Name Seal & Signature of the Bidder

Signature Not Verified


Digitally signed by NAZIR AHMAD RESHI
Date: 2023.08.10 15:39:41 IST
Location: Jammu and Kashmir-JK

You might also like