You are on page 1of 5

GOVT OF JAMMU AND KASHMIR

OFFICE OF THE EXECUTIVE ENGINEER RURAL ENGINEERING WING KUPWARA


E-TENDER NOTICE NO: 211 of 2023 -24 DATED: 14-09-2023
For and on behalf of the Lt. Governor, Union Territory of J&K e-tenders (IN SINGLE COVER SYSTEM) are invited on percentage rate basis from approved and eligible
Contractors registered with J&K U.T Govt., CPWD, Railway and other U.T /Central Government works for the following works: -

SNo Name of Work Panchayat Block Advertis Class of Cost of Earnes Time Schem No. of
ed Cost Contract Tender t of e times
in (Rs. or Docume Money Compl tender
Lacs ) nt in @ 2% etion to be
Rupees In lacs invited
01 Construction of Fencing High Wadder 2.91 DEE/DDC 200 20days CD & 6TH time
School Wadder Payeen payeen Regd PYT
Rajwar
Card
Holder 0.0582
02 Construction of Fencing Ziyarat Changimull Rajwar 1.91 DEE/DDC 200 20days CD & 6TH time
Shrief Changimulla a Regd PYT
Card
Holder 0.0382
03 Const. of RCC Path and One SOGAM DEE/DDC 200 20days UT 5TH time
No. Bathroom at Masjid Lalpora E 2.50 Reg card CAPEX
Rahman Ahlihadees Lalpora Holder 0.05 2023-24
04 Construction Of tile path at Pohropeth Langate 1.95 DEE/DDC 200 20 days UT 5TH time
various spots at Pohrupeth Reg card CAPEX
Holder 0.039 2023-24
Critic16al Table
1 Date of issue of Tender Notice 14-09-2023
2. Period of downloading of bidding documents 15-09-2023 10 AM to 20-09-2023 1PM
3. Bid submission Start Date 15-09-2023 10 AM
4. Bid Submission End date 20-09-2023 up to 1PM
5. Date & Time of Opening of Bids ( Online ) 20-09-2023 3PM
1. Position of AAA/TS:- Accorded
2. Position of Funds :- Approved

1 The 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 Websitewww.jktenders.gov.in as per schedule of dates given below:-

2 Special Condition;.
3 The Cost of the tender documents shall be deposited into treasury under Major Head 0515-OR’s the bidders must upload the scanned copy of treasury
acknowledgment slip.
4. Hard Copy shall be obtained only from the bidder who is declared as Lowest Bidder (L1) after opening of Financial Bids.
5. All Bidders have to submit/upload Bid Earnest money I.e. 2% of the Advertised Cost of the work in shape of CDR/FRD Pledged to
Executive Engineer REW Kupwara Which shall be releases after fixation of contract. except The 1 st lowest Bidder .
6. The 1st lowest (Successful) Bidder must produce an amount equal to 5% of advertised cost as
Performance Security in the shape of CDR/FDR in favor of Executive Engineer REW KUPWARA
(Tender receiving authority) within 5 Days and shall be released after successful completion of DLP
7. The date and time of opening of technical bids shall be notified on Web Site www.jktenders.gov.in and conveyed to the bidders automatically
through an e-mail message one their e-mail address. The Financial Bids of all e- Bidders shall be opened on same Web site in the office of Executive
Engineer REW Kupwara (tender receiving authority).

8. Unbalance Bid;. In case bid of the lowest bidder is found unbalanced, the successful bidder shall have to produce additional security performance
in shape o CDR/FDR before the fixation of contract as per following break up;.
S No Percentage of unbalance bid viz,advertised cost on account of low rates Additional Performance
Security

I Upto and including 15% below NIL

Ii Greater than 15.% and upto 20% below 5%

Iii Greater than 20.% and upto 25 % below 10 %

IV Greater than 25.% and upto 30% below 15%

V Greater than 30% 20%

9. The bids for the work shall remain valid for a period of 90 days from the date of opening of bids.
10. The earnest money shall be forfeited, if:-
a. Any bidder/tenderer withdraws his bid /tender during the period of bid validity or makes any modifications in the terms and condition of the bid.
b. Failure of successful bidder to furnish the required performance security within the specified time limit.
c. Failure of successful to execute the agreement within 25 days after fixation of contract.
10. Instruction of bidders regarding e-tendering process:-
a. Bidders are advised to download bid submission manual from the “downloads” option as well as from “bidder Manual Kit” on website
www.jktenders.gov.int acquaint bid submission process.
b. ii. To participate in bidding process. Bidder has to get ` digital signature Certificate (DSC). As per information technology Act-2000. Bidders cab get digital
certificate from any approved vendor.
c. iii. The bidder has to submit their bids online in electronic format with digital signature. No bid will be accepted in physical form.
d. iv. Bids will be opened online as per time schedule mentioned in Para-1.
e. v. Bidders must ensure to upload scanned copy of all necessary documents with the technical bid.
f. vi. The DSC and registration shall be in the same name otherwise tender shall be rejected.
g. Note:-Scan all the documents on 100 dpi with black and white option.
11. The department will not be responsible for delay in online submission due to any reason.
12. Scanned copy of cost of tender documents in shape of Demand Draft in favour of Executive Engineer REW Kupwara must be uploaded with the
technical documents of the bid. 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.
13. 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 up to completion of work, unless otherwise specified. Deduction on account of taxes shall be made from the
bills of the contractor on gross amount of the bill as per the rates prevailing at the time of recovery.
14. Qualification Criteria:- To qualify for award of contract, the bidders must demonstrate having experience and resources sufficient to meet the
aggregate of the qualifying criteria for the Individual contracts:-
a. All bidders shall upload Copies of original documents defining constitution/ legal status, place ofregistration and principal place of Business
with Cell No. and Correspondence address.
b. All bidders shall upload Bank deposit receipt / Pay in slip.
c. Performance certificate from AEE/Ae concerned Block with latest date
d. All bidders shall upload Valid GSTIN No. & PAN No.
e. All bidders shall upload Scanned Copy of latest GST clearance certificate..
f. Affidavit stating their in that he or she has not been blacklisted /debarred from RDD or any other Department or any public sector
15. Instructions to Bidder (ITB).
a. The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings before submissions of bid.
b. Non-attendance of pre-bid meeting will not be cause of disqualification of the bidder.
c. All documents relating to the bid shall be in the English language.
d. If the bidders does not quote rate for any item of the rate list/quantity schedule, cost of such items/items shall be deemed to be part of the overall/total
contract value. No rate shall be allowed for such items/items in the allotment of contract
16. General Conditions of Contact:-
i. 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.
ii. Penalty for delay in completion:- In case of delay in completion of work beyond stipulated period of completion ,penalty up to maximum of
10% of the contract shall be imposed. iii. 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 determine by the department.
iv. Advance payments: - No mobilization advance /equipment advance shall be paid.
v. 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.
vi. Schedule of Payment: - The payments shall be made as per the availability of funds.
vii. Amendment of bidding documents: - Before the deadline for submission of bids the employer may modify the bidding documents by issuing
Addenda.
viii. The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any reason thereof.
17. Restoration of work:- on completion of contract the contractor shall be responsible to remove all un-used materials and restore all work in its
originals position at his own cost.
18. 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.
19. Arbitration:- the arbitration shall be conducted in accordance with the arbitration procedure started in the J&K conciliation and Arbitration Act No :-
xxxv of 1997 issued vide SRO No :- 403 vide notification of J&K Govt. “ law Department “ 11th December -1997
20. Defect liability period:- the DLP shall be calculated from date of certified completion of work and period shall be 06 months.
21. Safety;- the contractor shall be responsible for safety of all activities at site of work.
22. Discoveries: - Anything of historical or other interest or of significant value unexpectedly discovered on the site shall be the property of the Govt.
23. Tests: - the contractor shall be solely responsible for carrying put the mandatory test required for the quality control as his own cost.
24. Termination: - the employer may terminate the contract if the contractor causes a fundamental breach of the contract.
25. Fundamental breach of contract will include:-
i. Continuous stoppage of work for a period of 30 days without authorization of Engineer In charge.
ii. Contractor is declared bankrupt. iii. Any evidence of involvement of contractor in corrupt practices. iv. Contractor delays the completion of
work beyond stipulated time of completion.
v. Pursuant to the process of termination of default contract, the employer reserves the right to invite fresh tender for the balance work at the
end cost defaulting contractor.
vi. If in case contractor failed to start /complete the work, within the stipulated time period, CDR/ Earnest money shall be forfeited after
termination of the contract. Besides, defaulting contractor shall be debarred from taking works in RDD at least for one year.
26. Major labor laws applicable to establishment engaged in building and other construction work
i. Workmen compensation act 1923.
ii. Payment of gratuity act 1972. iii. Employees P.F and Miscellaneous Provision Act 1952.
iv. Maternity Benefits act 1951
v. contract labour (regulation & Abolition) Act 1970
vi. Minimum wages Act 1948
vii. Payment of wages Act 1936 viii. Equal remuneration Act 1979 ix. Payment of bonus Act 1965 x. Industrial disputes Act 1947
xi. Industrial employment standing orders Act 1946
xii. Trade Union act 1926. xiii. Child labour (prohibition & Regulation) act
1986.
xiv. Interstate migrant workmen’s (regulation of employment & conditions of Service)Act 1979.
xv. The building and other construction workers (regulation of employment and conditions of service) Act 1996 and the Census Act of 1996.
xvi. Factories Act 1984.
xvii. Compliance with labour Regulation laws of J&K State.
xviii. Specification/Quality Control:- all items of works shall conform to specifications as per NBO/CPWD /SSR any other prescribed specification.
xix. Insurance: - Insurance cover to labour /machinery/work/ plant materials/equipment by the contractor shall be mandatory.
xx. Laws governing the Contract:- the contract shall be governed by laws of the land.
27. Court’s Jurisdiction: - In case of any disputes/difference between contractor and Departments in the jurisdiction shall be J&K State.
28. Time Extension:-
i. The work is to be completed within the time 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.
ii. 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 is desired.
iii. 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 they trades employees on the work, or non-availability of departmental, stores, any other cause which in the
absolute discretion of the accepting authority is beyond the contractor’s desire.
iv. On contractors representation based on the ground s as detailed above the time for completion of the work may be extended by a period
considered reasonable by the Department.
v. Extension of time shall be also admissible in the event of temporary suspension of work.
29. The defects noticed in the work during execution or D.L.P shall be corrected by the contractor within the length of time specified by the Engineer. If
the contractor does not correct the defects pertaining to D.L.P to the satisfaction of the Engineer within the time specified, the engineer will assess
the cost of having the defects corrected and contractor will pay this amount on correction of defects.
30. The tender /bid is liable to rejection if it does not fulfill the requirements as laid down in NIT.
31. All other terms conditions are as per PWD form 25 (double agreement form)
32. Rates to be quoted by the bidder shall be inclusive of all taxes i.e. State/Central, Service Tax. GST, shuttering, staging and other equipment required
for execution of work, carriage of all materials up to site of work and inclusive of insurance of all materials, nothing extra shall be paid over and
above the allotted rates .Any other tax or levy imposed by the government during the currency of the contract shall be liability of contractor and
nothing extra shall be paid by the department on this account.
33. The entire contract if not completed within the stipulated time from the date start, the liquidation damages at the
@ of 1% of the total contract value per day on account of delay shall be imposed , which shall not be more than 10% of the total contract value.

34. The work has been identified as important work & shall be executed with accelerated pace as such the contractor is required to demonstrate
satisfactory progress of the work, in case J&KRDD Department is not satisfied with the progress of contractor, his agreement will terminated and the
work shall be got executed/completed through some other agency/departmentally at the risk and cost of the contractor.

35. Any item not covered in the scope of work/specification but considered necessary an integral part of the work at site shall be executed and the rates
shall be paid on the basis of rate analysis.
36. Contractor has to make his own arrangement on account of electricity, water supply, accommodation, store etc. at work site. Nothing extra shall be
paid on this account. Taxes whichever will be applicable under rules shall be deducted from the bills as per Govt. rules.
37. The contractor shall have to execute an agreement with the undersigned within 7 days from the date of issuance of allotment and in case he fails to
do so, payment shall not be released in any case.
38. All other terms and conditions of the NIT shall remain same as vogue in the Department.
39. Normal deposits shall be kept from the running account bills under rules.
40. The advertised quantities are approximate and are subject to increase or decrease up to 25 %( as per actual requirement at site of work) and
nothing extra shall be paid over the allotted rates for such increase or decrease in the quantity.
41. The contractor has to complete the work within the time frame as stipulated in the NIT and allotment and during the currency of work the progress
shall be monitored on daily basis as per the completion schedule to be submitted by the contractor. if during the currency of contract at any given
time the performance of the contractor is not found satisfactory & not conforming to the completion schedule he shall be served first Notice 7 days
and second notice for 48 Hours and 3rd notice 24 hours to improve his performance and failing which the contract shall be terminated and work out
to fresh tenders at extra risk and const of the contractor.
42. If the firm fails to execute the work accordance to the specifications and within the stipulated time from or backs -out from the contract, RDD shall
terminated the contract and recover the extra cost involved from defaulting tendered. In addition to this, his earnest money shall be forfeited and
penalty may imposed up to 10% contract value which shall be at the discretion of the Secretary, RDD
43. The RDD Department is not responsible for electric supply./water supply The firm at his own level shall arrange electric generator set/electric
connection from PDD/PHE for smooth running of work.
44. The contractor has to provide Ist aid medical facility for the skilled/unskilled labourers at his own cost at the site of work.
45. No mobilization advance/equipment advance shall be paid.
46. All the tests that are required to be conducted as per book of specifications during the execution of work shall be conducted by the Contractor at his
own expenses at the recognized laboratory as directed by the Engineer In charge.
47. All applicable taxes as per the rates in vogue shall be deducted in all running account bills.
48. The Successful bidder shall have to submit photographic evidence of work before, during and after execution.
49. Even after the work is allotted to the contractor/agency and there is a complaint regarding the documents submitted by him on the basis of which
contract has been awarded and if it’s found that the documents are not Genuine and are fake, then his contract shall be terminated and the
concerned Agency / Contractor shall be BLACKLISTED for participation in all the future tenders of the Of Rural Engineering Wing Kupwara.

Executive Engineer
REW Kupwara
NO;. XEN/REW/KUP/
Dated 14-09-2023

Copy to the:-
1. District Development Commissioner Kupwara for favour of information.
2. Director Rural Development Department Srinagar (Kashmir) for favour of information.
3. Superintending Engineer REW Kashmir Srinagar for favour of information.
4. Additional District Development Commissioner Kupwara for favour of information
5. Assistant Commissioner Development Kupwara for favour of information
6. Joint Director Information for publishing the Notice in two leading Urdu/ English dailies before the due date of issuance of tender documents.
07 Block Development Council Concerned for favour of information
08 Block Development officer concerned for favour of information
09 - 14. Assistant Ex Engineer. REW Subdivision Concerned information.
15 Notice Board
.
Signature Not Verified
Digitally signed by SHABIR AHMAD WANI
Date: 2023.09.14 23:45:47 IST
Location: Jammu and Kashmir-JK

You might also like