Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

Page 1 of 8

OFFICE OF THE EXECUTIVE ENGINEER (R&B) DIVISION SOURA.


Engineering Complex, SKIMS, Soura Srinagar-190011
e-mail: [email protected]

NOTICE INVITING TENDER


SINGLE COVER SYSTEM (upto Rs.2.50 Crores)

EE/R&B/Divn/Soura/e-Tender NIT-02 of 2024-25 issued under endorsement NO-


735-41
Dated: 11.05.2024
For and on behalf of the Lt. Governor, UT J&K, e-tenders (In single cover system) are
invited on Percentage basis from approved and eligible Contractors registered with J&K
Govt. CPWD, Railways and other State/Central Governments for the following works: -

Name of the Work Advt.Cost(inclu Cost of Tender Earnest Time of Class of


ding GST) Document(in Rs.) Money(in Completion Contractor
Rs.)

“Civil & Sanitary work under Stage for


50,00,000/=. 1100/= 100000/= 365 Day’s A&B Class
the year 2024-2025 " at SKIMS, Soura
Sgr. "

Executive Agency: - R&B Department


Position of AAA: - Accorded.
Position of funds: - Committed.
Project Authority: - Director SKIMS.
M.H of Account: - M&R-2210

Dates

1 Date of Issue of Tender Notice 11-05-2024

2 Period of downloading of bidding 11-05-2024 from 0 4 :00 PM.


documents

3. Bid submission Start Date 11/05/2024 from 04:00 PM.

4. Bid Submission End Date 18/05/2024 upto 3:30 PM.

5. Date & time of Opening of Bids(Online) 20/05/2024 at 11:30 A.M in the Office of
Executive Engineer R&B Division Soura.
Page 2 of 8

1. The Bidding documents consisting of qualifying information, eligibility criteria,


specifications, 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 dates given above.
2. Bids must be accompanied with cost of Tender document in shape of Treasury Receipt/e- Challan in
favour of Executive Engineer (R&B) Division Soura (Tender Inviting Authority) with reference of NIT,
Name of work and S.no of work.

Note: - The Date of Treasury Challan and CDR must be between the date of start of bid and Bid
Submission End date. Any deviation shall render the bidder as Non-responsive.

2.1. Note: -All bidders shall submit the uploaded Treasury Challan in Original before issuance
allotment.

2.2. The Bidders shall upload earnest money equal to 2% of the Advertised Cost in the shape
of CDR/FDR at the time of tendering pledged in favour of Executive Engineer R&B Division Soura. and
5% of the allotted cost as Performance Security and additional performance security in the shape
of CDR/FDR/BG by the successful bidder pledged in favour of Executive Engineer R&B Division
Soura...The Performance Security shall be released after successful completion of the Defect
Liability Period (DLP) of the work. The EMD of 2% of successful bidders shall be released after
receipt of 5% Performance Security/ after award of the contract for the Work is issued.
3. The date and time of opening of Bids shall be notified on Website www.jktenders.gov.in and 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 Soura. (tender
receiving authority).
4. The bids for the work shall remain valid for a period of 120 days from the date of opening of
Technical
5. The earnest money shall be forfeited lf: -
a) Any bidder/tenderer withdraws his bid/tender during the period of bid
validity or makes any modifications in the terms and conditions of the bid.
b) Failure of Successful bidder to furnish the required performance security within
the specified time limit.
c) Failure of Successful bidder to execute the agreement within 28 days after fixation of contract.
6(A). Instruction to bidders regarding e-tendering process.
6.1. 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.
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 Vendor.
6.3 The bidders have to submit their bids online in electronic format with digital Signature No. bid
will be accepted in physical form.
6.4 Bids will be opened online as per time schedule mentioned in Para-1.
6.5 Bidders must ensure to upload scanned copy of all necessary documents with the bid. Besides,
original photocopies of documents related to the bid be submitted physically I by registered post
through courier before the date specified in para-1.
6.6. Bidders must ensure to upload scanned copies of all necessary documents including tender
documents fee in terms of soft copies and all other documents required as per NIT with
technical bid. No document (s) which has/have not been uploaded shall be entertained for technical
evaluation in the form of hard copy. However, in case of any clarification the bidders all have to
produce original documents in support of soft copies if need arises.
Note: -Scan all the documents on 100 dpi with black and white option.
Page 3 of 8

6.6(B) Bidders should note that if the documents uploaded/submitted on the basis of which the
contract has been awarded are forged/fake/not genuine at any time, the contract shall be
cancelled and the contractor/bidder shall be recommended for blacklisting and debarred from
taking part in tendering which the PWD/Other Departments for a period of one year in the first
instance, besides the performance security deposited for the said work shall be forfeited.
7. The department will not be responsible for delay in online submission due to any reasons.
8. For item rate method 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 gross amount of the
bill as per the rates prevailing at the time of recovery.
9. The %age rate method requires the bidder to quote a percentage above/below/at par at the
bottom of the BOQ percentage template for the work. The percentage 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.
10.
11. 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.
12. Price escalation on and Taxes: - deduction on account of taxes shall be made fro the bills of
the contractor of the gross amount of the bill as per the rates prevailing at the time of
recovery.
13. Bidders are advised to use "My Documents" area in their user on R&B e- Tendering portal to
store such documents as are required.
14. In case of CRF and any other specified project. The relevant guidelines standard bidding
document shall be followed.
15. Bidders should note that if the documents uploaded /submitted on the basis of which the
Contract has been awarded are found fake/not genuine at any time , the contract shall be
cancelled and the contractor /bidder shall be blacklisted for participation in this division for a
period of five years besides the Performance Security deposited for the said work shall be
forfeited.
16. Instructions to Bidder (ITB).
16.1 All bidders shall upload the following information and documents
along with qualification criteria qualification information with their bids:-
a) Copies of original documents defining constitution/legal status, place of registration and
principal place of Business with
b) Cell No. and Correspondence address.
c) Scanned copy of E-challan/Treasury receipt.
d) Scanned copy of Registration Card with latest renewal on JKPWOMS portal
e) Scanned copy of Valid GSTIN No. & PAN No.
f) Scanned Copy of GSTIN Registration and latest clearance certificate FORM GST-3B of the
Latest Quarter i.e, -JAN--MARCH 2024/Qualifying Month.ie, March- 2024.
All bidders shall upload Verification Certificate from concerned Chief Engineer
/Superintending Engineer of Enlistment Registration Card

16.2 The bidder at his own responsibility and risk should visit and examine the site of work and its
surroundings before submission of bid.
16.3 All documents relating to the bid shall be in the English Language.
16.4 Bidder must ensure to upload scanned copies of all necessary documents including earnest
money and tender documents fee in terms of sop copies with technical bid. No document(s}
which has/have not been uploaded shall 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 sop
copies if need arises.
17. General Conditions of Contract: -
17.1 The date of start of the work shall be reckoned within one week from the date of
issuance of LOI/Contractual allotment as the case may be.
Penalty for delay in completion: - ln case of delay in completion of work beyond stipulated
period of completion, penalty upto maximum of 10% of the contract shall be imposed.
17.2 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.
Page 4 of 8

17.3 Advance Payments: -No mobilization advance/equipment advance shall be paid.


17.4 Secured Advance: -No secured advance is admissible.

17.5 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 anf 10% of bill deposit will be
deducted from each running bill.
17.6 Amendment of bidding document: -Before the deadline for submission of bids
the employer may modify the bidding documents by issuing Addendum.
16.7(a) The tender receiving authority reserves the right to accept or reject any
tender or all tenders without assigning any reason thereof.
16.7(b)The Employer reserves the right to accept or reject any bid and to cancel the
bidding
process and reject all bids, at any time prior to award of Contract, without thereby
incurring any liability to the affected bidder or bidders or any obligations to inform the
affected bidder or bidders of the grounds for the Employer’s action

16.7(c) Unbalanced Bid:-


In case of unbalanced bid, the successful bidder (L1) have to deposit an additional
performance security in the shape of CDR IFDR IBG, before award of contract and
following scale shall apply to.
Percentage of unbalanced bid viz
S.No Additional Performance Security to be
advertised cost deposited on quoted bid by L1.
On account of low rates
01. Upto and including 15%below Nil
02. >15%upto and including 5% of Allotted Cost
20%below
03. >20%upto and including 10% of Allotted Cost
25%below
04. >25%upto and including 15% of Allotted Cost
30%below
05. >30%Below 20% of Allotted Cost
The additional performance security shall be released only after successful completion of work.

18. 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.
19. 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.
20. Arbitration: -The arbitration shall be conducted in accordance with the arbitration
procedure stated in the J&K Conciliation and Arbitration Act No: -xxxv of 1997issued
vide SRO No: - 403videNotificationof J&K Govt., "LawDepartment"11thDecember-
I997 and clause XX regarding dispute resolution circulated by department of Law
Justice and Parliamentary Affairs vide circular No.16-JK(LD) of 2023
dated:28/12/2023 under endorsement No, Law/Arb/47/2023-10-Law dated
28/12/2023 which shall also form a part of agreement.
21. Defect Liability period: - The DLP shall be calculated from date of certified
completion of work and period shall be 06-Months. The defects noticed in the work
during execution or
Page 5 of 8
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.
22. The date of start of work shall be reckoned with in 07 (seven) days from the date of
issuance of allotment/ Letter of intent.
23. In case the agency fails to execute the work, the deposits in the shape of CDR/FDR/BG
and Additional performance guarantee shall be liable for forfeiture besides initiating other
punitive actions against the defaulter without serving any notice

ALL KEY CONSTRUCTION MATERIAL shall have to be strictly as per prescribed specifications
and approval of the Engineer In-charge.
24. The performance security of 5% shall be released after successful completion of
DLP Failure on part of the contractor to fulfill his obligations of maintenance
schedules shall result in forfeiture of the deposits held for this purpose as well as
the CDR/FDR/BG for this work.
25. Safety: -The contractor shall be responsible for safety of all activities at site of work.

26. Discoveries: - Anything of historical or other interest or of significant value


unexpectedly discovered on the site shall be the property of the Govt.
27.Tests: -The contractor shall be solely responsible for carrying out the mandatory tests required for
the quality control at his own cost.
28. Termination: -The employer may terminate the contract if the contractor causes
a fundamental breach of the contract.
29. Fundamental breach of contract will include: -
a) Continuous stoppage of Work for a period of 30 days without authorization of Engineer
in-charge.
b) Contractor is declared bankrupt.
c) Any evidence of involvement of contractor in corrupt practices.
d) If the contractor indulges in willful disregard of the quality control measures put in place
by the department.
e) Contractor delays the completion of work beyond stipulated time of completion.
f) 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
contractor.
g) If in case contractor failed to start /complete the work, within the stipulated time period,
his Performance Security shall be forfeited after termination of the contract. Besides, the defaulting
contractor shall be debarred from taking part in tendering of works in R&B Department/other
Departments for a period of one year.
30. 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) Act1970.
f) Minimum WagesAct1948.
g) Payment of WagesAct1936.
h) Equal remuneration Act 1979.
i) Payment of bonusAct1965.
j) Industrial disputes Act1947.
k) Industrial employment standing orders Act 1946.
l) TradeUnionAct1926.
m) Child Labour (Prohibition & Regulation) Act1986.
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
ofservice) Act 1996 and the Census Act of 1996.
p) Factories Act 1948.
q) Compliance with Labour Regulation Laws of J&K.

31. Specification/ Quality Control: -All items of works shall conform to specifications as per
IRC/MORTH/NBO/CPWD/SSRI Any other prescribed specifications.
32. Insurance: -Insurance cover to Labour/Machinery/Work/Plant material/Equipment
bythe contractor shall be mandatory.
33. Laws Governing the Contract: -The contract shall be governed by Laws of the land.
Court's Jurisdiction:-In case of disputes/differences between contractor and Departmentthe
jurisdiction shall be J&K.
34. 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 I decrease in proportion with additional I deleted quantum of
work depending upon the actual quantum of work.
b) 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
c) 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 trades
employed on the work, or Non availability of departmental stores.
d) Any other cause which in the absolute discretion of the accepting authority is beyond the
contractor's desire.
e) On contractor’s representation based on the grounds as de ta i le d ab o v e the time for
completion of the work may be extended by a period considered reasonable by the
Department.
f) Extension of time shall be also admissible in the event of
temporarysuspension of work.
35. The Tenser/bid is liable to rejection if it does not fulfill
therequirements as laid down in NIT.
36. All other terms conditions are as per PWD Form25 (Double agreement Form)

37. The participating bidders shall have to quote rates on Percentage basis against the BOQ given
which includes all carriages/leads/lifts and all kinds of taxes relevant from time to time including
labour cess.The rates cannot be modified after bid submission end date.
38. Item/Items executed outside the ambit of BOQ shall be paid at the same percentage rates(at
par/below the SSR/Market rate)as quoted by the contractor in his bid.

Sd/

No: 7 3 5 - 4 1
Executive Engineer
Dated: 11.05.2024 R&B Division Soura

Copv to the: -

1. Director SKIMS & EOSG for favor of information


2. Chief Engineer PW(R&B) Central Kashmir for favour of information.
3. Superintending Engineer PWD (R&B} Circle Ganderbal for information.
4. Joint Director Information Deptt, J&K for publishing the NIT in two leading dailies before due
date.
5. Head Draftsman, Divisional Office for information.
6. Notice Board, I/c Computer Section for publication in web.
Page 8 of 8

Signature Not Verified


Digitally signed by IRAM LONE
Date: 2024.05.11 14:54:11 IST
Location: Jammu and Kashmir-JK

You might also like