0% found this document useful (0 votes)
30 views14 pages

Tendernotice 1

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
30 views14 pages

Tendernotice 1

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 14

1

OFFICE OF THE EXECUTIVE ENGINEER REW DIVISION RAJOURI


NOTICE INVITING TENDER
e-NIT No. 129 REW Rajouri of 2024 Dated 06-12-2024 (Retender)
For and on behalf of the Lt. Governor of J&K, e-tenders are invited on Percentage basis from approved and
eligible Contractors registered with J&K Govt. of below mentioned work:-
Under District Capex
a) Cost of document in Shape of Bank Receipt (in Rs) = 500
b) Time Allowed for complete-on = 30 days
c) Position of funds = Partially Available
E. Cost
S. Plan Location
Head Name of the Work Block (Rs in
No S.No. (Village/ Town)
Lacs)
1 2 3 4 5 6 7

Constt Of Boundary Wall at BDC building


1 181 BDC Siot Siot Lower 3.00
at Siot Lower
Upgradation of Infrastructure at BDC
2 186 BDC Siot Siot Upper 2.41
building Siot
Constt Of well in the land of Sh Vijay
3 441 DDC Siot Prat 1.50
kumar W no 1 Daroon Pyt Prat
Constt Of well in the land of Smt Neena
4 440 DDC Siot Siot Upper 1.50
Sharma Ex Panch at Chatta Pyt Siot Upper
5 1928 PRI Constt of well at gurab moh wno 6 Siot Bakhar 2.00
6 1972 PRI Reapir of CFC Building Balshama Siot Balshama 2.00
Renovation of L Drain N House of Pritam
7 1973 PRI Siot Balshama 1.00
Lal W No 04
8 1975 PRI Constt of well in land of karan singh Siot Balshama 1.00
9 2017 PRI Constt of p path w no 7 Siot Siot Lower 1.30
Construction of T Road Pacca Path Shakti
10 2046 PRI Siot Siot Upper 1.20
Kumar Mohalla W No 05
Construction of Pacca Path and allied
11 2049 PRI work from Anil Kumar House to Amit Siot Siot Upper 1.20
Ghai House W No 06
Constt Of culvert N Mashandri Moh W no
12 1979 PRI Siot Thandapani 3.00
02
Constt Of culvert N Chuni Lal Moh to
13 1984 PRI Siot Thandapani 2.00
Madan Lal Moh W No 04
Upgradation of Infrastructure at BDC
14 186 BDC Siot Siot Upper 2.41
building Siot
Constt Of Shed at Baba Mahimal Makam
15 443 DDC Siot Prat 1.40
W no 8 Near Vinod house Pyt Prat
Constt of Culvert at Soma mohalla I L O
16 1934 PRI Siot Channi B 2.00
Soma Devi W no 1
Improve Balance work of Check Dam W
17 1935 PRI Siot Channi B 2.00
No 2 Massiot
Constt of waiting shed and allied work at
18 1936 PRI Grave yard Kabristan at Thanda Dubb W Siot Channi B 2.10
No3
2
Constt of waiting shed at kabaristan at
19 1940 PRI Siot Channi B 2.00
kale chang w no
Constt of diversion pind moh and mela w
20 1941 PRI Siot Channi B 2.00
no 3 4 5
Constt of Cremation shed at SC moh
21 1944 PRI Siot Channi B 1.50
Badhanoo W no 7
Constt of Main Road Chaird to Pardeep
22 1950 PRI Siot Channi-A 2.00
Kumar Rakesh Kumar Mof and Others
Constt Of L Drain M Road to Kesho Ram
23 2024 PRI Siot Hathal-B 1.00
Moh
Constt Of Library Room N HSS Channi
24 2007 PRI Siot Prat 4.50
Prat
Construction of T road and Allied Work
25 2039 PRI from Sudesh Sharma House to Mohalla Siot Siot Upper 2.50
Sat Pal Sharma W No 07
Construction of Culvert near Raja Mandlik
26 2041 PRI Siot Siot Upper 2.30
Dev Sathan W No 05
Construction of Pacca Path from Main
27 2043 PRI Siot Siot Upper 1.15
Road to Dhara Bowali W No 06
Allied Work and allied work of culvert at
28 2044 PRI Siot Siot Upper 2.50
W No 04
Construction of Merriage hall near pyt
29 2047 PRI Siot Siot Upper 3.00
ghar Siot upper

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
http://jktenders.gov.in as per below schedule:-

I) Contractor/Bidder Must follow the instruction


1. All the works shall be considered as open Tender which can be bidded by eligible
contractors as per class mentioned in NIT of any residence.
2. Bidder must upload 2% Earnest money/Bid security in shape of CDR/FDR
pledged to Executive Engineer REW, Rajouri of the Advertised Cost of
Tender/Work and the amount of CDR must be written on CDR both in Figure and
words duly signed/stamp by the concerned Bank Manager .
3. Contractors/Bidders are in- possession of Card Issued by Worthy District Development
Commissioner Rajouri are strictly advised to participate as a Bidder only in their
Concerned Panchayat.
4. Class/Category of Contractors Invited for Tendering/Bidding is “A , B, C & D”

1 Date of Issue of Tender Notice 06-12-2024


2 Period of downloading of bidding documents From 07-12 -2024 to 12-12-2024, 16:00 Hrs
3 Bid submission Start Date 07-12-2024, 09:00 Hrs
4 Bid Submission End Date 12-12-2024 up to 16:00 Hrs
5 Date & time of opening of Technical Bids 13-12-2024 at or after 0900 Hrs in the Office
(Online) on 13-12-2024, in case of holiday the of the Executive Engineer REW Division,
bid shall be opened on next day Rajouri
3

1. Bids must be uploaded along with a Scanned copy of the cost of Tender Document in
shape bank receipt indicating the (I) name of work (II)e-NIT No.
(III) No. and Date of Bank/Treasury Slip (IV) Name of Contractor
on Bank receipt & Adv. Amount crediting to J&K Bank Account
No. CD 0020010200000890 (J&K Bank Main Branch Rajouri IFSC
Code:- JAKA0RADISH) favouring Executive Engineer REW, Rajouri or Treasury Challan
MH-0515 . Earnest money/Bid security in shape of CDR/FDR pledged to Executive
Engineer REW, Rajouri The Bank Guarantee should be valid for 30 days beyond bid
validity. The original instruments in respect of cost of documents, EMD and relevant
documents of L1 be submitted to the Executive Engineer REW, Rajouri at the time of
allotment. The 1st lowest bidder has to produce an amount equal to 3% of contract as performances
security in shape of CDR/FDR/BG within 05 days before fixation of contract and shall be
released after successful completion of work.

a. Bidder Selected as L1 must be submitted 03% CDR as security and same shall be released after
completion of the work.
2. Bidders can resubmit/withdraw the bids as specified.

3. The bids for the work shall remain valid for a period of 120 days from the date of opening of
Technical bids.
4. 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 conditions of the bid.
b) Failure of Successful bidder to furnish the required performance security within
specified time period issue of letter on intent.
c) In case contractor fails to execute the agreement within 28 days after fixation of contract.
5. 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 https://www.jktenders.gov.in/ to 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
vendors.
6.3. The bidders have to submit their bids online in electronic format with digital Signature. No
financial bid will be accepted in physical form.
6.4. Bids will be opened online as per time schedule mentioned in Para-2.
6.5. Bidders must ensure to upload scanned copy of all necessary documents mentioned in NIT
and SBD with technical bid online..
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. Bids must be uploaded along with a Scanned copy of the cost of Tender Document in shape bank receipt indicating
the (I) name of work (II)e-NIT No. (III) No. and Date of Bank/Treasury Slip (IV) Name of
Contractor on Bank receipt & Adv. Amount crediting to J&K Bank Account No. CD
0020010200000890 (J&K Bank Main Branch Rajouri IFSC Code:-
JAKA0RADISH) favouring Executive Engineer REW, Rajouri or Treasury
Challan MH-0515 . Earnest money/Bid security in shape of CDR/FDR pledged to
4
Executive Engineer REW, Rajouri The Bank Guarantee should be valid for 30
days beyond bid validity. The original instruments in respect of cost of
documents, EMD and relevant documents of L1 be submitted to the Executive
Engineer REW, Rajouri at the time of allotment. The 1st lowest
bidder has to produce an amount equal to 3% of contract as performances security in shape of CDR/FDR/BG within 05 days before fixation of
contract and shall be released after successful completion of work.
8. Bidders may contact office of the Superintending Engineer, REW, Jammu or concerned Executive
Engineer for any guidance for getting DSC or any other relevant details in respect of e-tendering
process.
9. not to make any change in BOQ (Bill of Quantities) contents. In no case
Bidders are advised
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.
10. 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 the work unless otherwise,
specified.
11. Bidders are advised to use “My document” area in their user on RDD e-Tendering portal to store such
documents as are required.
12. Defect Liability Period : 12 months beyond the actual date of completion.
13. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the State Government is allowed to work as a
Contractor for a period of two years after his retirement from Government service, without
permission of the Government. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the permission of the Government as
aforesaid before submission of the tender or engagement in the Contractor’s Service.
14. The key construction materials like Cement, Tar Steel, Bitumen of required grade, etc. shall be
arranged/purchased by the Contractor/Firm on his own for the above said work and the
quality of these materials arranged/purchased by the Contractor/Firm shall have to be
verified/passed by Engineer Incharge before start of the work and during the currency of the
work. The approved brands of Cement/Tar Steel are as under :-
i/ Cement of Ambuja, ACC, Birla Plus, JP Buland, Bangur or equivalent brand as approved by the
concerned Asstt. Executive Engineer.
ii/ Tar steel of SAIL, TATA TISCON, Rashtriya Ispat or equivalent brand as approved by the concerned
Asstt. Executive Engineer.
Iii/ item outside the rate list shall be executed as per terms & condition of contractor.
15. Qualification criteria for tenders in respect of UT of Jammu and Kashmir shall be as under :-
16. Bids from Joint Venture are not allowed.
17. The Department will not be responsible for delay in online submission due to any reason.
18 Performance Security :
I) Additional performance Security in accordance to JKPWD Manual 2020.
II) Earnest Money Deposit 2%
III) Additional Performance Security 3% to be produced by L1 Bidder.
18.1 Within 05 (Five) days after the date of receipt of the Letter of Acceptance,
the successful
bidder/contractor shall deliver to the Employer/concerned authority, a Performance
Security in any of the required forms for an amount equivalent to 3% of contract price.
18.2 If the Performance Security is provided by the successful bidder in the form of a bank
guarantee, it shall be issued by either (a) at the Bidder’s option, by a Nationalized / Scheduled Indian Bank
or (b) by a foreign bank located in India and acceptable to the Employer.
18.3 Failure of the successful bidder to comply with the requirements of Sub-Clause 19.1 of NIT shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.
5
19. In case the amount quoted by the successful bidder is less by more than 15% of the advertised amount,
the bidder shall have to deposit Additional Performance Security for Unbalanced Bids in the
shape of CDR/FDR only before award of contract within 05 days .
Percentage of unbalanced bid viz
S.No Advertised Cost on account of low rates Additional Performance Security

1. Upto and including 15% below Nil


02. >15% upto and including 20% below 5% of Advertised Cost
03. >20% upto and including 25% below 10% of Advertised Cost
04. >25% upto and including 30% below 15% of Advertised Cost
05. > 30% Below 20% of Advertised Cost

20. The Performance Security (including additional security for unbalanced bids) shall be
provided to the Employer not later than the date specified in the Letter of Acceptance
and shall be issued in an amount and form and by a bank or surety acceptable to the
Employer, and denominated in Indian Rupees. The performance Security shall be valid
until a date 28 days from the date of expiry of Defects Liability Period and the
additional security for unbalanced bids shall be valid until a date 28 days from the
date of issue of the certificate of completion
21 Milestone dates:
A. Milestone to be achieved during the contract period for completion of work.
i) 1/8* of the value of entire contract upto 1/4th of the period allowed for completion of construction.
ii) 3/8* of the value of entire contract upto ½ of the period allowed for completion of construction.
iii) 3/4* of the value of entire contract upto 3/4th of the period allowed for completion of contraction.
iv) Rest of the work within the remaining time period.
B. Amount of liquidated damages for delay in completion of work------ For whole of work 1% of the
Initial contract price, rounded off to the nearest thousand, per week.
C. Maximum limit of liquidated damages for delay in completion - 10% of the initial contract price of
work rounded off to the nearest thousand

No :- XEN/REW/R/2024-25/567-570
Dated :- 06-12-2024 Sd/
(Er. Zaheer Ahmed)
Executive Engineer
REW, Rajouri
Copy to the :-
1. District Development Commissioner Rajouri for favour of information
2. Director Rural Department Jammu for favour of information.
3. Superintending Engineer REW, Jammu for favour of information.
4. Assistant Commissioner Development Rajouri for favour of information please.

A. GENRAL INSTRUCTIONS TO BIDDER

1. Scope of Bid

1.1 The Executive Engineer as a representative of the Lt. Governor UT of Jammu & Kashmir invites bids for
the construction of works (as described in these documents and referred to as “the works”). The name and
identification number of the works is provided in the Appended NIT. The bidders may submit bids for any
or all of the works detailed in the table given in the Notice Inviting Tender. Bid for each work should be
submitted separately.
6
1.2 The successful Bidder will be expected to complete the work mentioned in the NIT as per the intended
Completion Date specified in the NIT and shall rectify all the defects during defect liability period of 12
months beyond actual data completion..

1.3 Throughout these documents the terms “bid” and “tender” and their derivatives (bidder/tenderer,
bid/tender, bidding/tendering etc.) are synonymous.

2. Qualification of the Bidder


In order to qualify, all bidders shall upload copies of documents as defined below:-

1. Copy of Registration Card duly renewed for the current financial year 2024-25.
2. Copy of GSTIN issued from CBEC/Commercial Tax Department.
3. Copy of PAN Card.
4. Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.

And following instruments :-

5. Bidders have to submit Bid Security Earnest money/Bid security 2% in shape of


CDR/FDR pledged to Executive Engineer REW, Rajouri
6. The Scanned copy of the cost of Tender Document in shape bank receipt
indicating the (I) name of work (II)e-NIT No. (III) No. and Date
of Bank/Treasury Slip (IV) Name of Contractor on Bank receipt
& Adv. Amount crediting to J&K Bank Account No. CD
0020010200000890 (J&K Bank Main Branch Rajouri IFSC
Code:- JAKA0RADISH) favouring Executive Engineer REW, Rajouri
or Treasury Challan MH-0515
7. Bidder must upload new Bank Receipt or Treasury Challan on every call of Tender
(The date of Bank Receipt must be between the date of start of Bid
Submission and End Date).

8. Bidders are advised to Upload valid address proof with e-mail and Contact Number
for general correspondence.

9. Bidder must upload Certificate that He/She is not a member of PRI from concerned
DDC/BDO.

10. Bidder must upload certificate as per Annexure “A”.

Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
i) Made misleading or false representations in the forms, statements, affidavits duly attested by
magistrate/notary and attachments submitted in proof of the qualification requirements: and/or
ii) Record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.

3. One Bid per Bidder


Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one Bid will cause the
proposals with the Bidder’s participation to be disqualified.

4. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer
will, in no case be responsible or liable for those costs.

5. Site Visit
The Bidder, at his own cost, responsibility and risk is encouraged to visit, examine and familiarize himself
with the site of works and its surroundings including source of earth, water, road aggregates etc. and obtain
all information that may be necessary for preparing the Bid and entering into a contract for construction of
7
the works. The costs of visiting the site shall be at the Bidder’s own expense. He may contact the Executive
Engineer incharge of work for any guidance relating to site visit

B. BIDDING DOCUMENTS

6. Content of Bidding Documents


The set of bidding documents comprises the documents listed below:-.
1 Notice Inviting Tender
2 Instruction to Bidders
3 General conditions of Contract
4 Bill of Quantities
5 Drawings

7.
14. Bids must be uploaded along with a Scanned copy of the cost of Tender Document in shape bank
receipt indicating the (I) name of work (II)e-NIT No. (III) No. and Date of
Bank/Treasury Slip (IV) Name of Contractor on Bank receipt & Adv.
Amount crediting to J&K Bank Account No. CD 0020010200000890
(J&K Bank Main Branch Rajouri IFSC Code:- JAKA0RADISH) favouring
Executive Engineer REW, Rajouri or Treasury Challan MH-0515 . Earnest
money/Bid security in shape of CDR/FDR pledged to Executive Engineer REW, Rajouri The
Bank Guarantee should be valid for 30 days beyond bid validity. The original instruments in
respect of cost of documents, EMD and relevant documents of L1 be submitted to the
Executive Engineer REW, Rajouri at the time of allotment. The 1st lowest bidder has to
produce an amount equal to 3% of contract as performances security in shape of CDR/FDR/BG within 05 days
before fixation of contract and shall be released after successful completion of work.
8. The bidder is expected to examine carefully all instructions, conditions of contract, terms and
specifications, bill of quantities, drawings in the Bid Document. Failure to comply with the requirements of
Bidding Documents shall be at the bidder’s own risk. Bids which are not substantially responsive to the
requirements of the Bidding Documents, shall be rejected.
9. Clarification of Bidding Documents
A prospective bidder requiring any clarification of the bidding documents may notify the Employer in
writing or by Facsimile (Fax) at the Employer’s address indicated in the Notice Inviting Tenders. The
Employer will respond to any request for clarification received earlier than 10 days prior to the deadline
for submission of bids. Copies of the employer’s response will be forwarded to all purchasers of the bidding
documents, including a description of the inquiry, but without identifying its source.
10. Amendment of Bidding Documents
Before the deadline for submission of bids the Employer may modify the bidding documents by issuing
addenda.
To give prospective bidders reasonable time to take an addendum into account, in preparing their bids the
Employer shall extend, as necessary, the deadline for submission of bids.
11. Preparation of Bids
Language of Bid is English

12. DOCUMENTS COMPRISING THE BID


The bid submitted by the Bidder in electronic form shall be in two separate parts:

Part I This shall be named Technical Bid and shall comprise of Scanned copy of following documents

i/ Copy of EMD in the form of CDR/FDR


ii/ The Scanned copy of the cost of Tender Document in shape bank receipt indicating
the (I) name of work (II)e-NIT No. (III) No. and Date of
Bank/Treasury Slip (IV) Name of Contractor on Bank receipt & Adv.
Amount crediting to J&K Bank Account No. CD
0020010200000890 (J&K Bank Main Branch Rajouri IFSC Code:-
8
JAKA0RADISH) favouring Executive Engineer REW, Rajouri or Treasury
Challan MH-0515
List of Document to be enclosed with the Bidding Document by the intending Bidders
(Bidders are advised to use “My Documents” area in their user on Jammu & Kashmir e-Tendering portal
(http://jktenders.gov.in) to store their following documents which are used in all Tenders and attach these
certificates as Non Statutory documents while submitting their bids)

1. Copy of Registration Card duly renewed for the current financial year 2024-25.
2. Copy of GSTIN issued from CBEC/Commercial Tax Department.
3. Copy of PAN Card.
4. Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.

And following instruments :-

5. Bidders have to submit Bid Security Earnest money/Bid security 2% in shape of


CDR/FDR pledged to Executive Engineer REW, Rajouri
6. The Scanned copy of the cost of Tender Document in shape bank receipt
indicating the (I) name of work (II)e-NIT No. (III) No. and Date
of Bank/Treasury Slip (IV) Name of Contractor on Bank receipt
& Adv. Amount crediting to J&K Bank Account No. CD
0020010200000890 (J&K Bank Main Branch Rajouri IFSC
Code:- JAKA0RADISH) favouring Executive Engineer REW, Rajouri
or Treasury Challan MH-0515
7. Bidder must upload new Bank Receipt or Treasury Challan on every call of Tender
(The date of Bank Receipt must be between the date of start of Bid
Submission and End Date).
8. Bidders are advised to Upload valid address proof with e-mail and Contact Number
for general correspondence.
9. Bidder must upload Certificate that He/She is not a member of PRI from concerned
DDC/BDO.

10. Bidder must upload certificate as per Annexure “A”.

Note :- The 1st lowest bidder has to produce an amount equal to 3% of contract as performances
security in shape of CDR/FDR/BG within 05 days before fixation of contract and shall be
released after successful completion of work Original instrument in respect of EMD and relevant copies of
Technical Bid Documents must be produced by L1 at the time of allotment to the Executive Engineer REW, Rajouri

Part II It shall be named Financial Bid and will be in electronic format comprising of :-
i. Bill of quantities.

Each part shall be separately submitted online

The following documents which are not submitted with the bid will be deemed to be part of the bid.
Section Particulars
1 Notice inviting Tender
2 Instruction to the bidder
3 Conditions of Contract
4 Specifications
5 Drawings

13. Bid Prices


13.1 The Contract shall be for the whole works based on the priced Bill of Quantities submitted by the Bidder.
9

13.2 The Bidder shall adopt item rate only.

13.3 All duties taxes, royalties and other levies payable by the contractor under the contract, or for any other
cause, shall be included in the rates, prices and total Bid price submitted by the Bidder.

13.4 The rates and prices quoted by the Bidder shall be fixed for the duration of the contract and shall not be
subject to adjustment on any account.

14 Currencies of Bid and payment.


14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payments shall be
made in India Rupees.

15. Bid Validity


15.1 Bids shall remain valid for a period of (30) days after the deadline date for bid submission.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the employer may request the
bidder to extend the period of validity for a specified additional period. The request and the bidder’s
responses shall be made in writing. A bidder may refuse the request without forfeiting his earnest money. A
bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to
extend the validity of his earnest money for a period of the extension, and in compliance with clause 16 of
ITB in all respects.

16. Bid Security


16.1 The bidder shall furnish as part of his Bid, a Bid Security in the amount as shown in Column 6 of the table
of (NIT) for this particular work. This bid security shall be in favour of employer as named in Appendix and
may be in one of the following forms:
a. Deposit-at-call Receipt from any scheduled Indian Bank or a foreign Bank
located in India and approved by the Reserve Bank of India.
b. Fixed Deposit Receipt, issued by any Scheduled Indian Bank or a foreign Bank approved by the Reserve
Bank of India.

16.2 Bank Guarantee (and other instruments having fixed validity) issued, as surety for the bid shall be valid for
45 days beyond the validity of the bid.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses16.1
and 16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of the unsuccessful bidder will be returned within 28 days of the end of the bid validity
period specified in sub-clause 15.1.

16.5 The Bid Security of the Successful bidder will be discharged when the bidder has signed the Agreement and
furnished the required Performance Security.

16.6 The Bid Security may be forfeited

a) If the Bidder withdraws the bid after bid opening during the period of bid validity;

b) In the case of a successful Bidder, if the Bidder fails within the specified time limit to

i) Sign the Agreement and/or

ii) Furnish the required Performance Security

C. SUBMISSION OF BIDS
10
17. Submission of Bids

17.1 The Bidder shall submit separately “Technical Bid” and “Financial Bid”

Technical Bid: to be opened on 13-12-2024 at or after 0900 Hrs in the presence of Evaluation
Committee.

Financial Bid: Shall be opened in case of qualified bidders only.

18. DEADLINE FOR SUBMISSION OF BIDS

Complete Bids (including Technical and Financial) must be submitted online not later than the
12-12-2024 upto 16:00 hrs.

The employer may extend the deadline for submission of bids by issuing an amendment, in which case all
rights and obligations of the Employer and the bidders previously subject to the original deadline will then
be subject to the new deadline.

19 Process to be Confidential
Information relating to the examination, clarification, evaluation, and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced. Any
attempt by a Bidder to influence the Employer’s processing of bids or award decisions may result in the
rejection of his Bid.

20. Clarification of Bids and Contacting the Employer


No Bidder shall contact the Employer or any matter relating to its bid from the time of the bid opening to
the time the contract is awarded.

Any attempt by the bidder to influence the Employer’s bid evaluation, bid comparison or contract award
decision may result in the rejection of his bid.

21 Examination of Bids and Determination of Responsiveness

During the detailed evaluation of “Technical Bids”, the Employer will determine whether each Bid(a) meets
the eligibility criteria defined in clause 2 and 4;(b) has been properly signed;(c) is accompanied by the
required securities; and (d) is substantially responsive to the requirements of the bidding documents.

A subsequently responsive “Financial Bid” is one which conforms to all the terms, conditions, and
specifications of the bidding documents, without material deviation or reservation. A material deviation or
reservation is one(a) which affects in any substantial way, inconsistent with the bidding documents, the
employer’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect
unfairly the competitive position of other bidders presenting substantially responsive bids.

If a “Financial Bid” is not substantially responsive, it will be rejected by the employer, and may not
subsequently be made responsive by corrections or withdrawal of the nonconforming deviation or
reservation.

PRICE PREFERENCE
There will be no price preference to any bidder
GENERAL CONDITIONS
1
i) Stock issue rates should be advertised with each tender F.O.R. Divisional store which shall remain
valid during currency of the contract.
ii) Rates quoted shall be deemed to include escalation, all taxes, duties etc. whatever during contract
period.
iii) All other terms and conditions which are in vogue and as per PWD form 25 shall remain applicable
11
2 Misconduct/Misbehavior observed during the tender opening process with any officer/official shall be
dealt under rules and in terms of the enlistment of registration of contractor in the Department and
shall be subject to cancellation of registration card issued by this department or any other department.
3 a. In case of firm/contractor fails to start the work within the stipulated time, a registered notice
or notice sent through special messenger to the firm/contractor for non start of the work that amounts
to the breach of the contract will be sufficient to windup or cancel his contract.

b. Apart from the prescribed penalty, if the contractor fails to complete the work and further
delay is caused, a case for blacklisting of the card shall be initiated as per PWD rules.

4 The accepting authority reserves the right to accept or reject any or all the tenders before or after their
opening without assigning any reason thereof. The allotting authority in view of the exceptional
circumstances reserves the right of granting the contract to any of the tenderer if deems proper in the
interest of the work of course at the lowest received rates without assigning any reason thereof.
5 The department may execute the work left by the contractor at the risk and cost of the contractor. Any
additional amount involved for execution of work shall be recovered from the contractor.
6 In case of any typographical error, if found in the rates, quantities or units etc. the same shall be
corrected and paid with contractor’s tender appreciation/depreciation or analysis of rates whichever is
less.
7 The contractor shall personally liable for civil and criminal prosecution under law, if specification of the
work/materials used are found in contravention to the specifications prescribed during execution of
work and even after completion and finalization of contract i.e. at any stage.
8 He will abide by all prevailing labour laws and will be personally responsible for any causality/
eventually/accident during the period of contract.
9 The quantities advertised in the rate list are approximate and based on tentative estimates, which can
be increased or decreased by 30% as per necessity at site.
10 Any item or items of work found necessary during execution of work though not advertised in the Rate
list shall have to be got executed and paid with contractor’s tender appreciation/depreciation or
analysis of rates whichever is less.
11 Any item if found not necessary at site during execution of work through advertised can be deleted and
no claim what so ever shall be entertained on this account.
12 Nallah broken/crushed stone aggregate to be supplied by the contractor/agency shall confirm with
standard specification as provided in the revised schedule of rates/book of specification in vogue at
present and shall also confirm with the clause mentioned in the M.O.S.T. specification.
13 The watch and ward of all Material/Machinery shall be the responsibility of Contractor/Agency.

14 No extra lead, lift or carriage if involved shall be paid other than what has been advertised in the rate list
even if, it is involved at the site of work. The intending contractors/ agencies are advised to inspect the
site of work and keep in view the actual conditions prevailing at site before tendering for the work.
15 Nothing extra shall be paid on account of loading/unloading of material at site of work.
16 50% deposit to contractor shall be released after six months of the date of the completion on the report
of the AEE incharge on the settlement of penalty case etc. Any repairs if required to be got executed for
defective work shall be done by the contractor at his cost during defective liability period i.e. 12 months
beyond the actual date of completion of work.
17 The above work shall have to be completed by the contractor within stipulated time period mentioned
above and in case of his failure penalty to the extent of 10% of the total value to the work shall be
imposed upon him at the discretion of the next higher allotting authority. In case of work allotted by
the Superintending Engineer, REW, Jammu himself and in addition to this panelity @ Rs. 500/- per day
for further delay shall be imposed by the concerned authority.
18 For any dispute between the contractor and the department, the Superintending Engineer, REW Jammu shall
act as an arbitrator, whose decision shall be final and binding upon both the parties, provision of J&K Arbitration
Act. With latest amendments shall be applicable.
19 For any dispute between the contractor and department the jurisdiction of Jammu Court will be applicable.
20 PWD account code shall be applicable for making payments to the contractor/firm that
provides for withholding 10% of amount of bills as contractor deposit.
21 The Material including tar coal issued to the contractor but found short will be recovered from
the deposit/ bills of the Contractor at one and a half time stock rates of the department.
12
22 All terms and conditions of NIT/Agreement/ Special conditions lay down in the enclosed Rate
List shall also hold good.
23 The department shall deduct the 1% cess on cost of construction and deposit the same with
the J&K Building and Other Construction Workers Welfare Board (Labour Department) under
the provision of law in order to avoid any legal proceedings.
24 Service Tax/Income Tax shall be deducted as applicable under rule.
SPECIAL CONDITIONS :-
1/ Time of completion is the essence of tender. After the completion of allotted date, the work
will be put to fresh tender at what stage it may be at the risk and cost of the tenderer.
2/ The work shall have to be completed by the contractor within stipulated time period
mentioned above and in emergency cases, if work allowed to continue beyond expiry period,
then the current stock rate of key construction material shall be applicable rather than the
advertised in the NIT.
3/ Use of vibrator is mandatory for all concrete works.
4/ Test reports of concrete/bituminous works.
5/ After Opening of the tender if the rates quoted by the Lowest Bidder is more than the
advertised cost of the work he/she is advised to negotiate his/her quoted rates with the
department/offer his/her consent within 07 days after opening of the tenders, failing which
the work shall be put to fresh tender as no allotment shall be made beyond the advertisement
amount.
6/ In case the amount quoted by the successful bidder is less by more than 15% of the advertised
amount, the bidder shall have to deposit Additional Performance Security for Unbalanced Bids
in the shape of CDR/FDR only before award of contract within 05 days from the date of issue
of Letter of Intent as per scale given herein below

Percentage of unbalanced bid viz


S.No advertised Additional Performance Security
Cost on account of low rates
1. Upto and including 15% below Nil
02. >15% upto and including 20% below 5% of Advertised Cost
03. >20% upto and including 25% below 10% of Advertised Cost
04. >25% upto and including 30% below 15% of Advertised Cost
05. > 30% Below 20% of Advertised Cost
Sd/
(Er. Zaheer Ahmed)
Executive Engineer
REW Rajouri
13

ANNEXURE-“A”
OFFICE OF THE DDC/BDO
(Resident Certificate for bidding)
Residence Certificate for Concerned Panchayat
(A)
It is certified that Sh./Smt./______________________________________________________

S/D/W/O_________________________________________ R/O _________________________________________

He/She is the resident of Panchayat Halqa _________________________________________.

Moreover, he/she is not an elected representative


14
Signature of Bidder Seal and Signature of
DDC/BDO

Place________________
Dated___________________
(B)
Residence Certificate for Adjoining Panchayat
It is certified that Sh./Smt./______________________________________________________
S/D/W/O_________________________________________ R/O _________________________________________
He/She is the resident of Panchayat Halqa _________________________________________ which
is adjacent to Panchayat Halqa ______________________________ in which tender is floated.
Moreover, he/she is not an elected representative

Signature of Bidder Seal and Signature of


DDC/BDO
Place________________

Dated___________________

Signature Not Verified


Digitally signed by SHOKIT ALI
Date: 2024.12.12 01:04:29 IST
Location: Jammu and Kashmir-JK

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy