NIT80
NIT80
Estimate
Cost Cost of Time Class of Positions of
S.No Name of Work Block (in lacs) document allowed for Contractor Funds
completion
1 2 3 4 5 6 7 8
Construction of lane/drain from Ashok kumar
A, B, C, D and
to Dharam chand ward no. 1 pyt. Gharota Bhalwal
1. upper A block Bhalwal under UT Capex 2.50 500/- 30 days PC of Available
concerned Pyt
budget for the year 2023-24.
Construction Of Lane/Drain Near H/O Bal A, B, C, D and
Krishan Mohalla Ramdassian Ward No 2 Pyt Bhalwal PC of
2. Gharota Upper A Block Bhalwal under UT 3.00 500/- 30 days concerned Pyt Available
Capex budget for the year 2023-24.
Construction Of Lane/Drain Near H/O Raju A, B, C, D and
Massi to Jony Kumar W No.4 and from Bansi Bhalwal PC of
3. Lal Shop to H/O Kewal Ward No 6 Pyt Gharota 2.00 500/- 30 days concerned Pyt Available
Upper A Block Bhalwal. under UT Capex
budget for the year 2023-24
Construction Of Lane/Drain From H/O A, B, C, D and
4. Ramesh Chander to Jagdish Raj and Major to Bhalwal PC of
H/O Mohinder Pal Ward No 7 Pyt .Gharota 3.00 500/- 30 days concerned Pyt Available
Upper A Block Bhalwal under UT Capex
budget for the year 2023-24
Const. of culvert near old tubewell Gharota A, B, C, D and
5. ward no. 1 pyt. Gharota upper B block Bhalwal PC of
Bhalwal under UT Capex budget for the 2.90 500/- 30 days concerned Pyt Available
year 2023-24
const of lane/drain at mohulla khoba Dunga A, B, C, D and
6. ward no. 2 pyt. Gharota upper B block Bhalwal PC of
Bhalwal under UT Capex budget for 2.90 500/- 30 days concerned Pyt Available
the year 2023-24
Const. of lane/drain in ward no. 3 pyt. A, B, C, D and
Gharota upper B block Bhalwall under UT Bhalwal 2.90 500/- 30 days PC of Available
7. Capex budget for the year 2023-24 concerned Pyt
Const. of lane/drain at mohulla Amiwali, near
h/o Buti singh ward no. 4 pyt. Gharota upper Bhalwal A, B, C, D and
8. 2.90 500/- 30 days PC of Available
B Block Bhalwal under UT Capex budget for
the year 2023-24 concerned Pyt
Construction of lane with culvert at mohulla A, B, C, D and
9. Khoba w.no 5 pyt. Gharota upper B block Bhalwal PC of
Bhalwal under UT Capex budget for the year 2.70 500/- 30 days concerned Pyt Available
2023-24
Const. of platforms, sitting chairs, tile work at A, B, C, D and
10. mohulla Sokba Pond ward no 6 pyt. Gharota Bhalwal PC of
2.90 500/- 30 days concerned Pyt Available
upper B block Bhalwal under UT Capex
budget for the year 2023-24
Const of lane/drain from link road to h/o sh. A, B, C, D and
11. Darshan kumar and others w.no.7 pyt. Bhalwal PC of
Gharota upper B block Bhalwal under UT 2.50 500/- 30 days concerned Pyt Available
Capex budget for the year 2023-24
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:
1. Bids must be accompanied with cost of Tender document in shape of Treasury challan through
Treasury indicating the Name of the work/NIT No. favouring Executive Engineer REW, Jammu by
crediting to (MH 0515) Revenue uploading a copy of Treasury challan/receipt issued after the
advertisement of e-NIT.
2. Bidder shall provide Bid Security Certificate.
3. After opening of the tender if the rates quoted by the lowest bidder are found to be high & value of
work in more than the advertised cost, he/she is advised to negotiate his/her quoted rates with the
department/of--fer his/her consent within five days after opening of the tenders, failing which the
work shall be put to fresh tender.
4. The date of acknowledgement of treasury challan should be between the date of start of bid and
bid submission end date.
5. Copy of Registration Card duly renewed for the current financial year 2023-24.
6. Copy of GSTIN issued from CBEC/Commercial Tax Department.
7. Bidder shall furnish proof of latest returns in GST-3/GSTR-3B (whether monthly or quarterly).
8. Copy of verification certificate from card issuing authority for the registration card issued
for Kashmir Division also to be uploaded. If any
9. The bidders having Panchayat certificate are allowed to put tender in their resp. Panchayat
only and they will have to upload the proof of residence from concerned BDO or Sarpanch.
10. The bidders having Block certificate are allowed to put tender in their resp. Block only
and they will have to upload the proof of residence from concerned BDC or BDO.
11. Any item of work not advertised in the list but found necessary during execution shall be
got executed after approval from the competent authority and payment for the same shall
be made on SSR 2022 with contractors over appreciation/depreciation.
12. In case of any typographic error, if found in the rates or units etc the same shall be
corrected and paid as per sanctioned schedule of rates 2022 in vogue with contractors
appreciation/depreciation.
13. Bidder shall provide valid personal email address and contact number.
14. Bidder should not be member of PRI.
15. Bidder must upload PAN Card Also.
17. The bids for the works shall remain valid for a period of 45 days from the date of opening of
Technical bids.
b) In case contractor fails to execute the agreement within 28 days after fixation of contract.
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.
The bidders have to submit their bids online in electronic format with digital Signature. No financial bid
will be accepted in physical form.
Note: - Scan all the documents on 100 dpi with black and white option.
The department will not be responsible for delay in online submission due to any reasons.
20. Scanned copy of cost of tender document in shape of Bids must be accompanied with cost of Tender
document in shape of Treasury challan through Treasury indicating the Name of the work/NIT
No. favouring Executive Engineer REW, Jammu by crediting to (MH 0515) Revenue uploading a
copy of Treasury challan/receipt issued after the advertisement of eNIT
21. Bidders may contact office of the Executive Engineer for any guidance for getting DSC or any other relevant
details in respect of e-tendering process.
22. 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 percentage rate
inclusive of all taxes and it should be saved with the same name as it contains.
23. 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.
24. Bidders are advised to use “My document” area in their user on RDD e-Tendering portal to store such
i. documents as are required.
25. Defect Liability Period : 6 months for aforementioned Work.
26. Any typographical error in the nomenclature/units for the work shall be corrected as per sanctioned schedule
of Rates in vouge
27. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative dutiesin 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.
28. 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 :-
ii. i/ Cement of Ambuja, ACC, Ultratech, Shree or equivalent brand as approved by the
concerned Asstt. Executive Engineer.
iii. ii/ Tar steel of SAIL, TATA TISCON or equivalent brand as approved by the concerned Asstt.
Executive Engineer.
29. Bids from Joint Venture are not allowed.
30. The Department will not be responsible for delay in online submission due to any reason.
Sd/-
(Er.Varinder Paul Singh)
Executive Engineer REW,
Jammu
Copy to the:-
1. Director R ural De pa rt me nt Ja mmu f or favour of information.
2. Superintending Eng ineer R EW , Jammu f or f avour o f information.
3. Joint Director Information Jammu for favour of information with the request to publish theNIT in 4
leading Newspaper
4. Assistant Commissioner Development Jammu for information.
5. Assistant Executive Engineer REW Sub Division Akhnoor/Bhalwal/Bishnah for information
6. Block D e v e l o p m e n t O f f i c e r concerned f or information.
7. President C o n t r a c t or A ssoc iat ion J a m m u / Samba for information.
8. Head Assistant/Draughtsman/Notice Board Divisional Office f or information.
5
A. GENRAL INSTRUCTIONS TO BIDDER
1. Scope of Bid
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.
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 6
months
Throughout these documents the terms “bid” and “tender” and their derivatives (bidder/tenderer,
bid/tender, bidding/tendering etc.) are synonymous.
Bids must be accompanied with cost of Tender document in shape of Treasury challan
through Treasury indicating the Name of the work/NIT No. favouring Executive Engineer
REW, Jammu by crediting to (MH 0515) Revenue uploading a copy of Treasury
challan/receipt issued after the advertisement of e-NIT.
The date of acknowledgement of treasury challan should be between the date of start of bid
and bid submission end date.
Copy of Registration Card duly renewed for the current financial year 2023-24.
Copy of GSTIN issued from CBEC/Commercial Tax Department.
Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
Copy of verification certificate from card issuing authority for the registration card
issued forKashmir Division also to be uploaded. If any
Copy of PAN Card.
Bidder shall provide valid personal email address and contact number.
Bidder should not be member of PRI.
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 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
6
etc. and obtain all information that may be necessary for preparing the Bid and entering into a contract
for construction of 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
7. Bids must be accompanied with cost of Tender document in shape of Treasury challan
through Treasury indicating the Name of the work/NIT No. favouring Executive Engineer
REW, Jammu by crediting to (MH 0515) Revenue uploading a copy of Treasury
challan/receipt issued after the advertisement of e-NIT
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.
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.
Part I This shall be named Technical Bid and shall comprise of Scanned copy of following
documents
i/ Bids must be accompanied with cost of Tender document in shape of Treasury challan
through Treasury indicating the Name of the work/NIT No. favouring Executive
Engineer REW, Jammu by crediting to (MH 0515) Revenue uploading a copy of
Treasury challan/receipt issued after the advertisement of eNIT.
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)
After opening of the tender if the rates quoted by the lowest bidder are found to be high &
value of work in more than the advertised cost, he/she is advised to negotiate his/her quoted
rates with the department/offer his/her consent within five days after opening of the tenders,
failing which the work shall be put to fresh tender.
The bidder shall provide bid security certificate
Bids must be accompanied with cost of Tender document in shape of Treasury challan
through Treasury indicating the Name of the work/NIT No. favouring Executive Engineer
REW, Jammu by crediting to (MH 0515) Revenue uploading a copy of Treasury
7
challan/receipt issued after the advertisement of e-NIT.
The date of acknowledgement of treasury challan should be between the date of start of bid
and bid submission end date.
Copy of Registration Card duly renewed for the current financial year 2023-24.
Copy of GSTIN issued from CBEC/Commercial Tax Department.
Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
Copy of verification certificate from card issuing authority for the registration card
issued forKashmir Division also to be uploaded. If any
The bidders having Panchayat certificate are allowed to put tender in their resp.
Panchayat only and they will have to upload the proof of residence from concerned BDO
or Sarpanch.
Copy of PAN Card.
Bidder should not be member of PRI.
Note :- Original instrument in respect relevant copies of Technical Bid Documents must be
produced by L1 at the time of allotment to the Executive Engineer REW, Jammu
(The bidders who do not upload all the above documents will be
declared as non-responsive)
Part II It shall be named Financial Bid and will be in electronic format comprising of :-
i. Bill of quantities.
C. SUBMISSION OF BIDS
16. Submission of Bids
The Bidder shall submit separately “Technical Bid” and “Financial Bid”
Technical Bid: to be opened on 06-07-2023 at or after 1000 Hrs in the presence of Evaluation
Committee.
Financial Bid: Shall be opened in case of qualified bidders only.
8
17. DEADLINE FOR SUBMISSION OF BIDS
Complete Bids (including Technical and Financial) must be submitted online not later than the
04-07-2023 upto 1800 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. In case of any dispute etc. the decision of S.E, REW JAMMU will be final & binding upon the
parties.
A subsequently responsive “Financial Bid” is one which conform s 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 bidIf 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) Rates quoted shall be deemed to include escalation, all taxes, duties etc. whatever during
contract period.
ii) All other terms and conditions which are in vogue and as per PWD form 25 shall remain
applicable
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 accepting authority reserves the right to reject any or all the tenders before or after making of
9
any kind of allotment, with the approval of higher Authority, if malafide attentions of bidders found in
documentation/conduct.
6 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.
7 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.
8 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.
9 He will abide by all prevailing labour laws and will be personally responsible for any causality/
eventually/accident during the period of contract.
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 BDO/JE 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. 6 months for aforementioned 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 penalty @ 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.
19 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 or as per vogue in PWD.
20 All terms and conditions of NIT/Agreement/ Special conditions lay down in the enclosed Rate List
shall also hold good.
21 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.
22 Service Tax/Income Tax shall be deducted as applicable under rule.
23 Any typographical error in the nomenclature/units for the work shall be corrected as per sanctioned
schedule of Rates in vogue
SPECIAL CONDITIONS :-
i. 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
tender.
ii. 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, and then the current stock rate of key construction material shall be
applicable rather than the advertised in the NIT.
iii. Use of vibrator is mandatory for all concrete works.
iv. Test reports of concrete/bituminous works.
v. In no case, the bidder shall Quote rates/Amount more than/advertised amount of tender.
1
0
Sd/-
(Er. Varinder Paul Singh)
Executive Engineer
REW, Jammu