You are on page 1of 8

UTofJammu & Kashmir

OFFICE OF THE EXECUTIVE ENGINEER R&B


DIVISION HANDWARA
E-mail:- xenrnbhandwara@gmail.com,
TENDER NOTICE
E-tendering NIT No: 02-Handwara/120-26 of 2024-25
DATED: - 04-04-2024.
For and on behalf of the Lt. Governor, J&K UT, e-tenders (In Single cover system) are
invited on Percentage basisfrom approved and eligible Contractors registered with J&K State
Govt., CPWD, Railways and other State/Central Governments for the following works.
Cost of T/ 2% Earnest Time Of Class of Major Head Of
S.No Name of Work Adv Cost.
Doc.(Rs.) Money (Rs.) Completion Contractor Accounts
1 2 3 4 5 6 7 8
Arrangement of Different
Activities in Upcoming Lok Rs.40.00/ “AYY”& District Capex
1 Rs.1100/- Rs.80000/- 7 Days
Sabha Election 2024 - Lacs “BEE”
(Stage Contract)
Position of AAA:Submitted
Position of TS: Submitted Position of funds: - Committed
The Bidding documents consisting of qualifying information, eligibility criteria, 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 date given below:-

1. Date of Issue of Tender Notice 04-04-2024.


Period of downloading of bidding
2. 06-04-2024.
documents
3. Bid submission Start Date 06-04-2024.
4. Bid Submission End Date 12-04-2024upto4.00 P.M
13-04-2024at11.00 A.Min the office of Executive
5. Date & time of opening of Bids
Engineer R&B Division Handwara
Submission Within3daysof receipt ofLOI.Thebidderhas to
6.
ofPerformanceSecurity(PS) provide5%of allotted Cost as Performance Security
Those Bidders whose down percentage is Greater than 15% below shall have to Upload
additional performance security in the shape of CDR/FDR/in favour of Executive Engineer
R&B Division Handwara,CDR/FDR Must be in between the date of Downloading to Bid
Submission end Date.as per following break-up:-

S.No %age of unbalanced bid viz advertised cost on Additional performance


account of Low Rate security
1 Up to and including 15% below Nil
2 Greater than 15% up to and Including 20% below 5% of adv. Cost
3 Greater than 20% up to andIncluding 25% below 10% of adv. Cost
4 Greater than 25% Up to and Including 30% below 15% of adv. Cost
5 Greater than 30% and onwards below 20% of adv. Cost

AdditionalPerformance Security CDR/FDR shall be uploaded with the bid otherwise the bid
shall be rejected out rightly and the Additional Performance Securityshall be released
only after the 50 % Successful completion of the work in addition to this any bidder
who have Quated above 30% below should have to upload proper analysis with the
bid if the analysis found improper and unjustified in comparison with the Quated
percentage he is also liable for rejection
Note:-
1):- The Bidders are advised to read all conditions laid down in the NIT carefully before
uploaded softcopy any short fall if any found in the soft copy the tender shall be
rejected
2):- As per Circular issued by the Chief Engineer PW(R&B) Department Kashmir vide
No.CE/RBK/HD/32857-92 Dated:- 01/01/2022 (Modification about Earnest Money
and Performance Security
3)- As per Circular issued by the Government of Jammu and Kashmir Civil Sectt.
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 uploading a copy of necessary Treasury
Challan/Receipt.
1. Bids must be accompanied with cost of Tender document in shape of Treasury
Challan/Receipt (Debited to M.H.0059 PWD)in favour of Executive Engineer R&B
Division Handwara,Earnest Money in the shape of CDR/FDR in favour of Executive
Engineer R&B Division Handwara failing which the tender will be rejected out rightly.
The Issuance date of the Treasury Challan and CDR/FDR Must be in between the date
of Downloading to Bid Submission end Date, Additional Performance Security
CDR/FDR if any and proper analysis if any
2. The date and time of opening of Bids shall be notified on Web site
www.jktenders.gov.inand conveyed to the bidders automatically through an 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 R&B Division Handwara
3. The bids for the work shall remain valid for a period of 120 days from the date of
opening of bids.
4. The normal deposits to be deducted as per GFR 2017 rules from running bills) to be released
after total completion of the work.
5. The tender opening authority reserves the right to accept or reject any or all tenders
orany part of any tender without assigning reason thereof.
6. The normal deposits (deducted at 10% from running bills) to be released after total
completion of the work.
7. The Contractors are advised to visit the site and to be aware of the conditions for launching
at site of work before quoting the rates.
8. Instruction to bidders regarding e-tendering process.
9.1 Bidders are advised to download bid submission manual from the “Downloads”
option as well as from “Bidders Manual Kit” on website www.jktenders.gov.into
acquaint bid submission process.
9.2 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.
9.3 The bidders have to submit their bids online in electronic format with digital
Signature. No financial bid will be accepted in physical form.
9.4 Bids will be opened online as per time schedule mentioned in Para-1.
9.5 Bidders must ensure to upload scanned copy of all necessary documents with the
bid.
Note: - Scan all the documents on 100 dpi with black and white option.
9. The department will not be responsible for delay in online submission due to any
reasons.
1. Scanned copy of cost of tender document in shape of Treasury Challan/Receipt(Debited to
M.H.0059 PWD) in favour of Executive Engineer R&B Division Handwara. The name of work or
NIT No S.No. Should clearly be mentioned on the Treasury Challan,Earnest Money in the shape
of CDR/FDR in favour of Executive Engineer R&B Division Handwara, Additional Performance
Security CDR/FDR if any and proper analysis if anyfailing which the tender will be rejected out
rightly
2. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. The BOQ
downloaded should be inclusive of all taxes.
3. If at any part of time it is found that the documents uploaded by the Contractor
are fraudulent, forged, duplicated, or misrepresented even after generation of
Comperative Statement if the Contractor has been worked out First Lowest
even then he is liable to be rejected/debarred for a minimum period of 2 years
and an FIR shall be lodged under relevant section of law. The on account bills
of all works of that contractor shall be stopped and it shall be presumed that the
contractor has deceived the Govt. exchequer A penality on this account shall be
penalized by the tendering authority/ Executive Enigineer as a minimum of
50% of work done amount. Which will be utilized on that tendered work.
4. Price escalation and Taxes:- The %age quoted by the bidder 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 gross amount of the bill as per the rates
prevailing at the time of recovery.
5. Bidders are advised to use “My Documents” area in their user on R&B e-Tendering portal to
store such documents as are required.
In case of CRF and any other specified project. The relevant guidelines/standard bidding
document shall be followed.
6. Instruction to Bidder (ITB)
The Bidder must have to upload (soft copies) of the following documents (Photostat/Original
should be clearly seen in all respect)Bidder must ensure to upload scanned copies of all
necessary documents including Earnest Money and tender documents fee in terms of soft
copies with technical bid. No document (s) which has /have not been uploaded shall not be
entertained in the form of hard copy. However, in case of any clarification the bidders shall
have to produce original documents in support of soft copies if need arises:-
 Valid original Treasury Challan/Receipt (MH.0059) in favour of Executive
Engineer R&B Division Handwara. The Issuance date of the Treasury Challan
must be in between the date of Downloading to Bid Submission end Date. The
name of work or NIT No S.No. should clearly be mentioned on the Treasury
Challan
 Earnest Money in the shape of CDR/FDR in favour of Executive Engineer R&B
Division Handwara. The Issuance date of the CDR/FDR Must be in between
the date of Downloading to Bid Submission end Date
 Additional Performance Security if percentage is greater than 15% below
 Proper Analysis if the percentage is Greater than 30% below
 Online JKPWDOMS Contractor Registration Card valid for the year 2023-24
with card verification.
 Valid Original PAN Card with visible PAN Number.
 Valid GSTIN Registration Certificate.
 Bidder shall furnish proof of latest returns in GST-3/GSTR-3B. i.e. latest
clearance certificate FORM GST-3/GSTR-3B of the preceding Month/Quarter
to the issue of NIT. The preceding month i.e. of February-2024/Preceding
Quarter (October-December2023). (Note:- The GST-3/GSTR-
3BConformation status will be check online if GST-3/GSTR-3Bfound
invalid/fake. The Card will be Barred for Further Tendering Process
in This Division)
 The lowest Tender will have to submit hard copies of all documents uploaded
on e-tending portal before issuance of LOI or Allotment.
 Class of Contract is strictly as per Column number 7. No other CARD and
Certificate is accepted.
 Note Those Contractors whose Registration Card is not Linked with
JKPWDOMS Shall not be accepted If It is found any Contractor has
uploaded offline registration card I,e Not Linked with JKPWDOMS his
Bid shall be rejected/Non-responsive during Technical Evaluation of
documents.
7. The department will not be responsible for delay in online submission due to any
reasons.
8. The bidder at his own responsibility and risk should visit and examine the site of the work
and its surroundings before submission of bid.
a. Nonattendance of pre-bid meeting will not be cause of disqualification of the bidder.
b. All documents relating to the bid shall be in the English Language.
9. The Departmental materialshall be supplied to the contractor from Divisional Stores (In
case of non-availability of stocks in divisional stores the contractor may purchase required
material of quality and specifications prescribed, to be certified by Engineer in charge after
getting non availability certificate from Executive Engineer and shall not be entitled for any
type of excessive rates on this account).
10. 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 and no rate shall be
allowed for such item/items in the allotment of contract.
11. 1% LabourCess shall be deducted at the time of payment.
12. The work should be executed within the time limit as stipulated in the NIT.
13. No variation of quantity or rates is admissible.
14. In case if the contractor fails to execute the work as per condition and time limit prescribed
in the NIT. The work shall be put to fresh tenders at his risk and cost, besides debarring from
participation in tendering process. In addition to imposition of penalty as warranted under
rules.
15. The Service Tax will be deducted from the gross amount as per the rates in vogue at the time
of payment.
16. In Case of unbalanced Bid the payment of 10% shall be retained in addition to normal
deposit.
17. Defect Liability period:-
26.1 The DLP shall be calculated from date of certified completion of work and period
shall be 18 months for Building and 6 Months for Road works.
26.2 Every time notice of Defect/ Defects is given, the Contractor shall correct the notified
Defect /Defects within the duration of time specified in the Engineer’s notice.
26.3 Security Deposit retained from running bills shall be released only after the successful
completion of defect liability period.
26.4 If the contractor is unable or unwilling to repair the defect/Defects, the same shall be
got rectified out of the deposits retained against the work. If the defect correction
costs more than the deposits available, the extra cost beyond deposits shall be
recovered from the contractor, failing which the black-listing process shall be initiated
for debarring the contractor.
26.5 The failure to correct a particular defect pertaining to defects liability period is a
fundamental breach of the contract and the contractor failing to correct it within a
reasonable period of time determined by the Engineer, shall attract action under rules,
which includes black listing and termination of the registration.
26.6 The Contractor shall do the routine maintenance of roads including pavement, road
sides and cross drains including surface drains to the required standards and keep the
entire road surface and structure in defect free condition during the entire defect
liability period, which begins from the completion date.
26.7 Once the defects liability period is over, if no defects were discovered or those
discovered were satisfactorily repaired by the contractor, the retention money is
payable to the contractor, on production of the defect liability certificate within 15
days.
26.8 The defects Liability Certificate will be issued by Junior Engineer, Assistant
Executive Engineer and the Executive Engineer, after the defects Liability Period has
ended and upon correction of defects by the contractor
18. General Conditions of Contract:-
1. Bidders should be fully cognizant that if the documents uploaded/submitted on the basis of
which the contract was awarded are later discovered to be fake/not genuine, the contract will be
cancelled and the Contractor/bidder will be blacklisted from participating in this Division/
Department for a period of three years, in addition to the performance security deposited for the
said work being forfeited.
2. Any item/items if found not necessary during execution of work within the advertised BOQ may
be deleted during execution and no claim whatsoever shall be entertained on this account.
3. Nothing extra shall be paid on account of loading/unloading of material at site of work.
4. The 1st lowest bidder shall remain available round the clock with skilled/Un-skilled labour as per
the job requirement and the job required at site.
5. If any lenience or non-seriousness is observed in fulfillment of contractual obligations, during
execution of work action warranted under rules shall be initiated against the bidder.
6. Any addendum issued shall be the part of NIT.
7. The date of start of the work shall be reckoned within three days from the date of issuance of
LOI/Contract allotment as the case may be.
19. 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.
20. 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.
21. Advance Payments:-No Mobilization /Equipment Advance shall be paid unless otherwise
specified in the SBD.
22. Secured Advance:-No Secured Advance is admissible.
23. The EMD of 2% successful bidder’s shall be released after receipt of 5% Performance
Security.
24. Performance Security:- Within 3 daysof receipt ofLOI.Thebidder has to provide5%of allotted Cost
as Performance Security in shape of CDR/FDRThe same shall be released after successful
completion of the defect liability Period of the work.
25. Schedule of 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.
26. Amendment of bidding document:- Before the deadline for submission of bids the employer may
modify the bidding documents by issuing Addenda.
27. Restoration of work:- On completion of contract the contractor shall be responsible to remove all
un-used material and restore all work in its original position at his own cost.
28. 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.
29. Arbitration:- The arbitration shall be conducted in accordance with the arbitration procedure stated
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.
30. Safety:- The contractor shall be responsible for safety of all activities at site of work.
31. Discoveries: - Anything of historical or other interest or of significant value unexpectedly discovered
on the site shall be the property of the Govt.
32. Tests:-The contractor shall be solely responsible for carrying out the mandatory tests required for
the quality control at his own cost.
33. Termination:-The employer may terminate the contract if the contractor causes a fundamental
breach of the contract.
34. The date of start of work shall be reckoned within seven days from the date of issuance of allotment/
Letter of intent. In case the agency fails to execute the work, the deposits in the shape of performance
Security shall be liable for forfeiture besides the Contractor will be suspended for participation in the
tendering process for the works of MoRTH/NHAI/NHIDCL/State Works and works under other
Centrally Sponsored Schemes, for a period of one year from the bid due date of this work without
serving any notice.
35. ALL KEY CONSTRUCTION MATERIAL shall have to be strictly as per prescribed specifications
and approval of the Engineer In-charge.
a. Satisfactory maintenance for such period.
b. Failure on part of the contractor to fulfill his obligations of maintenance schedules shall result
in forfeiture of the Performance Security deposits held for this purpose for this work.
c. 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. If the contractor indulges in willful disregard of the quality control measures put in place by the
department.
v. Contractor delays the completion of work beyond stipulated time of completion.
vi. 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 defaulter contractor.
36. Major Labour Laws applicable to establishment engaged in building and other
construction work:-
a) Workmen compensation act 1923.
b) Payment of Gratuity Act 1972.
c) Employees P.F. and Miscellaneous Provision Act 1952.
d) Maternity Benefits Act 1951.
e) Contract Labour (Regulation & Abolition) Act 1970.
f) Minimum Wages Act 1948.
g) Payment of Wages Act 1936.
h) Equal remuneration Act 1979.
i) Payment of bonus Act 1965.
j) Industrial disputes Act 1947.
k) Industrial employment standing orders Act 1946.
l) Trade Union Act 1926.
m) Child Labour (Prohibition & Regulation) Act 1986.
n) Inter State Migrant workmen’s (Regulation of employment & Conditions of service) Act
1979.
o) The Building and other Construction workers (Regulation of employment and Condition of
service) Act 1996 and the Census Act of 1996.
p) Factories Act 1948.
q) Compliance with Labour Regulation Laws of J&K State.
37. Specification/Quality Control:-
All items of works shall conform to specifications as per IRC/MORTH/NBO/CPWD/SSR/
Any other prescribed specification.
38. Insurance:-Insurance cover to Labour / Machinery / Work / Plant material / Equipment by
the contractor shall be mandatory.
39. Laws Governing the Contract:-The contract shall be governed by Laws of the land.
40. Court‟s Jurisdiction:-In case of any disputes/differences between contractor and
Department the jurisdiction shall be J&K State.
41. Time Extension
a. 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.
b. Requested 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 requested the period for which extension is desired.
c. Abnormal/bad weather of serious loss of damage by fire of civil commotion, strike or
lockout (other than among the labour engaged) affecting any or the trades employed 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.
d. On contractor’s 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.
e. Extension of time shall be also admissible in the event of temporary suspension of work.
42. Special Conditions regarding Specifications and Quality control for Machine laid B.T.
Works:-
a. All the components of the work shall be executed strictly as per specifications laid down in
the Ministry of Road transport and Highways publication “Specifications for road and
bridge Works” and I.R.C: SP: 20 read with revised guidelines as per I.R.C: SP: 72 and
amendments made till date of issuance of N.I.T.
b. All the road materials for use shall conform to the specifications laid down in “Rural
Roads manual” a publication of I.R.C.
c. For items not covered in Rural Roads manual, the Ministry of Road Transport &Highways
(MORTH) Specifications for Road and Bridge works – Latest edition shall be followed.
d. Physical properties of aggregates for bituminous works i.e. Shape, Strength, durability and
Stripping value should satisfy the requirements prescribed in I.R.C: SP: 20.
e. Periodic sieve analysis of each type of aggregate and periodic check of aggregates at the
gradation control unit shall be carried out to ensure that the proportion of the aggregates
as specified is complied with.
f. Conducting of mandatory quality control tests for various components of the advertised
work like Thickness tests, tests for impact value, stripping, flakiness, gradation of
aggregates, determination of Binder content in bituminous mix, tests for density and other
tests as prescribed in I.R.C:SP : 20 as per frequency recommended therein, during and
after execution of the work will be sole responsibility of the contractor as well as the
Correctness of the test results whether performed in his laboratory or elsewhere.
g. The location of the Hot mix plant of adequate capacity and capable of yielding a mix of
proper and uniform quality, from which bituminous macadam is to be transported to the
site in clean, tarpaulin covered vehicles/Tippers and shall be so placed that the
manufacturing laying/spreading and rolling temperatures are within the specified limits
as laid down in I.R.C. I.R.C: SP: 20.
h. The spreading of mix, compaction and quality control during these operations shall be done
as per prescribed norms of I.R.C.
i. The longitudinal profile of the finished surface shall be tested with a straight edge and the
Transverse profile with a camber template. Any irregularity greater than 6mm shall be
rectified.
j. The defects noticed in the work during execution or maintenance period 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 maintenance period to the satisfaction of the Engineer
within the time specified, the same shall be got rectified at his risk and cost.
43. The tender/bid is liable to rejection if it does not fulfill the requirements as laid down in NIT.
44. All other terms conditions are as per PWD Form 25 (Double agreement Form).
45. All other terms and condition shall be same as per Detailed Tenders Notice of 2023-24

No:120-26.
DATED:04-04-2024.

Sd/-
EXECUTIVE ENGINEER
R&BDivision Handwara
Copy to the: -
1. Chief Engineer PW (R&B) Department NorthKashmir for favour of information.
2. District Development Commissioner, Kupwara for favour of information.
3. Superintending Engineer PW (R&B) Circle, Kupwara for information.
4. Deputy Director Information Department Sgr. for publication of NIT News Papers of the valley.
5. Assistant Ex. Engineer Sub-Division-Handwara/Rajwarfor information.
6. Head Draftsman,AAO, Head Assistant Divisional Office for information.
Check List
Following Documents Should be uploaded clearly
visible (The Documents which is not clearly visible
will be treated as cancelled)

 Valid original Treasury Challan/Receipt (MH.0059). Infavour of Executive


Engineer R&B DivisionHandwara. The Issuance date of the Treasury
Challan Must be in between the date of Downloading to Bid Submission end
Date. The name of work or NIT No S.No. should clearly be mentioned on the
Treasury Challan

 Earnest Money in the shape of CDR/FDR in favour of Executive Engineer


R&B Division Handwara. The Issuance date of the CDR/FDR Must be in
between the date of Downloading to Bid Submission end Date
 Additional Performance Security if any
 Proper Analysis if the percentage is greater than 30% below
 Online JKPWDOMS Contractor Registration Card valid for the year 2023-
24 with card verification.

 Valid GSTIN Registration Certificate

 PAN Card with visible No,

 Bidder shall furnish proof of latest returns (i.e. latest clearance certificate) in
o GST-3
o GSTR-3B.
o Month Feburary-2024
o Quarter (October-December 2023)

(Note:- The GST-3/GSTR-3BConformation status will be check


online if GST-3/GSTR-3Bfound invalid The Card will be Barred for
Signature Not Verified
Further Tendering Process in This Division)
Digitally signed by RASIQ HAMID KAR
Date: 2024.04.06 11:14:45 IST
Location: Jammu and Kashmir-JK

You might also like