Tendernotice 1
Tendernotice 1
Tendernotice 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 http://jktenders.gov.in as per below schedule:-
Position of AA: Accorded
1 Date of Issue of Tender Notice 01-09-2023
2 Period of downloading of bidding documents From 02-09-2023 1800Hrs to 16-09-2023,1630Hrs
3 Bid submission Start Date 02-09-2023 from 1800Hrs
4 Bid Submission End Date 16-09-2023 up to 1630Hrs
5 Date & time of opening of Technical Bids (Online),
18-09-2023 at or after 1100 Hrs in the Office of the
in case of holiday the bid shall be opened on next
Executive Engineer REW, Ramban
day
6 Date & time of opening of Financial Bids (Online) To be notified after technical bid evaluation is
(Of only successful technical bidders) completed
1. Bids must be accompanied with cost of Tender document in shape of challan /Pay in Slip /cash recipt
indicating the name of work duly crediting to J&K Bank Account No. 0087010200006174 (J&K
Bank Branch Main Ramban (IFSC Code:- JAKA0ERAMBAN) favouring Executive Engineer REW,
Ramban uploading a copy of challan/receipt/ as mentioned in the bid documents. The original
instruments in respect of cost of documents, and relevant documents of L1 be submitted to the
Executive Engineer REW, Ramban at the time of award of contract.
Important note: - The screenshots of fees payment of any mobile applications (PATYM,
MPAY, GOOGLE PAY etc.) and other online means are not valid. Bidders should upload an
original copy of Bank receipt / challan duly written Tender ID/name of work on the
challan/receipt. (The date of Treasury Challan /fees receipt should be between the date of
start of bid and bid submission end date)
2. Bidders can resubmit/withdraw the bids as specified.
3. The bids for the work shall remain valid for a period of 90 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.
5.1 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.
5.2. 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.
5.3. The bidders have to submit their bids online in electronic format with digital Signature. No financial bid
will be accepted in physical form.
5.4. Bids will be opened online as per time schedule mentioned in Para-2.
5.5. 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. Scanned copy of cost of tender document in shape of original challan /Bank recipt, indicating the
name of work / tender id , duly crediting to J&K Bank Account No. 0087010200006174 (J&K Bank
Branch Main Ramban IFSC Code:- JAKA0ERAMBAN) favouring Executive Engineer REW,
Ramban uploading a copy of challan / receipt as mentioned in the bid documents. The original
instruments in respect of cost of documents, and relevant documents of L1 be submitted to the
Executive Engineer REW, Ramban at the time of award of contract.
8. The bidder is required to deposit an EMD @ 2% of advertised cost in the shape of
CDR/FDR in favour of Executive engineer REW Ramban at the time of bidding before
opening of Technical bid.(scanned copy of EMD should be uploaded with the technical bid)
9. The bidder is required to deposit an Additional Performance Security in case of Abnormally
Low Bids (ALB’s) as per PWD Engineering Manual in the shape of CDR/FDR in favour of
Executive engineer REW Ramban at the time of agreement.
10. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they should
attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the item rate
inclusive of all taxes and it should be saved with the same name as it contains.
11. 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.
12. Bidders are advised to use “My document” area in their user on RDD e-Tendering portal to store such
documents as are required.
13. Defect Liability Period: 12 months for Building Work.
14. 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, Tor 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 In
charge before start of the work and during the execution 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/ Tor steel of SAIL, TATA TISCON, Rashtriya Ispat or equivalent brand as approved by the concerned
Asstt. Executive Engineer.
15. Bids from Joint Venture are not allowed.
16. The Department will not be responsible for delay in online submission due to any reason
17 Performance Security :- Within 03 (Three) 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 value of contract as per circular of Worthy Financial
Commissioner, Finance Department, Civil Secretariat Jammu/Srinagar vide his office Circular No. A/Misc (2018)–
III–895/J dated 22-12-2020.
17.2 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.
17.3 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.
No: - XEN/REW/RBN/23-24/1494-1502
Dated: - 01-09-2023 Sd/-
(Er. Gian Singh)
Executive Engineer
REW, Ramban
Copy to the: -
1. Director Rural Depart ment, Jam mu, for favour of i nformation ple a se.
2. Supe ri ntendin g Engi ne er REW, Jammu, for fa vo ur of information please.
3. Joint Director Information Jammu for favour of information and necessary action and for wide publicity
of publication of e-NIT notice in at least two leading daily newspapers of Jammu & National News
papers.
4. Assistant Commissioner Development, Ramban, for favour of information Please.
5. District Panchayat Officer, Ramban, for favour of information Please.
6. AEE Sub div. Gool/ Banihal, for information.
7. Block Development Officers, (all district Ramban) for information with the request to publish and paste on
their official notice board.
8. Technical Officer/ Junior Assista nt/ Draft sman/Notice Board Divisional Office fo r
inform atio n.
9. President Contr actor Associat io n Ramba n f or inform atio n
A. GENRAL INSTRUCTIONS TO BIDDER
1. Scope of Bid
1.1 The Executive Engineer as a representative of the Lt. Governor of UT of J&K 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.
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 for Building Work..
1.3 Throughout these documents the terms “bid” and “tender” and their derivatives (bidder/tenderer,
bid/tender, bidding/tendering etc.) are synonymous.
i) Copy of Registration Card duly renewed for the current financial year 2023-24.
(The bidders are directed to upload the copy of card verification issued by the
police/crime/ issuing authorities in case of Kashmir based registration card).
ii) Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii) Copy of PAN Card.
iv) Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
And following instruments: -
v) Copy of challan/receipt indicating the name of work or Tender ID duly crediting to J&K
Bank Account No. 0087010200006174 (J&K Bank Branch Main Ramban IFSC Code: -
JAKA0ERAMBAN) favoring Executive Engineer REW, Ramban uploading a copy of e-
challan/receipt
vi) Affidavit on correctness of information submitted duly attested by NOTARY.
vii) Only the eligible contractor of respective Panchayat shall take part in the tendering
process up to an amount of 3.00 laces. In case if no body from the respective Panchayat
takes part in bidding, then the contractors residing in the adjoining panchayats can be
considered by the department. Bidder must upload a certificate issued by the Concerned
Block Dev. Officer as residence proof, that he /she is residing in the respective
Panchayat.
viii) All the works advertised above the amount of 3.00 laces (three laces) shall be
considered as an open tender which can be bided by all the eligible contractors of any
class and of any residence. After opening of the tender, if the rates quoted by the lowest
bidder is found to the high and value of work is more than the Adv. Amount he /she is
advised to negotiate his/her quoted rates with the department / offer his /her consent
within 05 days after opening of the tenders, failing which the work shall be put to fresh
tender as no allotment shall be made beyond the Adv. Amount.
ix) scanned copy of EMD @ 2% of advertised cost should be uploaded with the technical
bid
x) The bidder is required to deposit an Additional Performance Security in case of
Abnormally Low Bids (ALB’s) as per PWD Engineeeing Manual in the shape of
CDR/FDR in favour of Executive engineer REW Ramban at the time of agreement.
xi) CDR/FDR in favor of Executive engineer REW Ramban at the time of agreement as
tabulated below:-
Even though the bidders meet the above qualifying criteria, they are subject to be disqualification 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.
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have:
iii) 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
iv) Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.
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 the works. The costs of visiting the site shall be at the Bidder’s own expense. He
may contact the Executive Engineer in charge of work for any guidance relating to site visit.
B. BIDDING DOCUMENTS
7. Bidding documents can be downloaded against the payment through challan/receipt indicating
the name of work duly crediting to J&K Bank Account No. 0087010200006174 (J&K Bank Branch
Main Ramban IFSC Code: - JAKA0ERAMBAN) favouring Executive Engineer REW, Ramban
uploading a copy of challan/receipt
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/ Copy of Registration Card duly renewed for the current financial year 2023-24
ii/ Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii/ Copy of PAN Card.
iv/ Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
Vi/ Affidavit on correctness of information and submitted duly attested by 1 st class
magistrate/NOTARY
Vii scanned copy of EMD
Viii Panchayat Residence Certificate Issued By Concerned Block Development Officer.
Note: - The Cost of tender documents should original instruments in respect of cost of documents, and
relevant documents of L1 bidder will be required to be submitted to the Executive Engineer REW,
Ramban within three days of opening of financial bids on-line. No separate intimation about opening of
financial bids will be sent by this office / by the tender opening authority. In case the original
documents are not submitted by the L-1 bidder within three days after opening of financial bid, the
tender will be cancelled and the bidder will not be allowed to participate in any further / future tendering
process in the Division for a period of One year.
Part II It shall be named Financial Bid and will be in electronic format comprising of :-
i. Bill of quantities.
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.
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.
16.2 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
Technical Bid: to be opened on 18-09-2023 at or after 1100 Hrs in the presence of Evaluation
Committee.
Financial Bid: Shall be opened in case of qualified bidders only.
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.
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.
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
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 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.
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 20% 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 in charge 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 for Building 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 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.
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.
25 The payment of works shall be made by the concerned Block Development officer /PRI and Office
of executive Engineer REW Ramban ,shall not entertain any dispute arising thereof, regarding such
payment of works.
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, and 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
Sd/-
(Er. Gian Singh)
Executive Engineer
REW, Ramban