Tendernotice 1
Tendernotice 1
For and on behalf of the President of India –tenders are invited on Item/ Percentage
rates from approved and eligible Contractors registered with Union Territory of J&K, CPWD,
Railways and other State/Central Governments for each of the following works
S.No Name of Work Adv. Cost of Earnest Time of Time & Date of Class of
Cost T/Doc. Money / completio Opening of tender Contractor
(Rs. In (In Rupees) Bid n (Technical Bid)
Lacs) Security
(in Rs)
1 2 3 4 6 5 7 8
1 Design/Soil Investigation load 87.05 1500/- 01 Year
1,74,100/- On or after A
testing & Construction of 35 mtr 21-02-2023
span foot bridge near Atta Chakki (1100 hours)
Block Budhal(New) District Rajouri Executive Engineer
(under Revised Capex Budget PWD (R&B) Division
2022-23) Rajouri
2 Construction of road from Shahpur 14.16 600/- 28,320/- 01 Months --do-- B,C&D
to Kangota in km 1st RD0-500(under
TSP)
3 Construction of crated wall on 18.92 600/- 37840/- 01 Months --do-- C&B
Padyara to Prori Brahmana in km
1st RD 6.-300, RD 500-650 in
stretches (under TSP).
4 Balance work of road from 65.50 1500/- 1,31,000/- 02 Month --do-- A
Dhandkote to Soker Gali(under
languishing)(4th call)
NOTE:
1/ Contractors who have got Contractors cards issued from Kashmir Province, it is mandatory for
them to upload their verification certificate of Crime Branch alongwith other qualifying documents
failing which their tenders will be declared non-responsive.
2/ Registration card issued by PWD (R&B) Department have been preferably renewed online in
JKPWDOMS site by the respective issuing authorities vide Development Commissioner (Works)
PW(R&B)Deptt. Civil Secretariat Jammu/ Srinagar’s Circular No. PW/DCW/DB/1210- 19/2022 dated:
31-08-2022.
Position of AAA Accorded
Position of Funds Available
SPECIAL CONDITIONS:
(i) If the contractor/firms fails to complete the work within the time mentioned in the NIT/SBD/Contract, then
the allotted contract will automatically treated as cancelled after forfeiting the performance security of
the contractor /firm and work put to fresh tender without serving any notice from this office.
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 below:-
Executive Engineer
1 Bids must be accompanied with cost of Tender document in shape of e-chall[an through Treasury
indicating Treasury Voucher No. & date, e-NIT No. and name of work duly crediting to 0059 (Revenue)
should be between the date of start of bid favoring Executive Engineer PWD (R&B) Division Rajouri uploading a
copy of treasury challan/receipt, Scanned copy of the earnest money/bid security in the shape of
CDR/FDR/BG pledged to Executive Engineer PWD (R&B) Division Rajouri will also be required to be
uploaded along with and relevant Mandatory documents as per check list mention in the SBD.
The lowest found bidder (L1) should have to submit the hard copy of tender fee and earnest money in
the Office of the Executive Engineer PWD (R&B) Division Rajouri at the time of award of contract.
2. The electronic bidding system would not allow any late submission of bids after due date and time as per server
time. Bidders may modify their bids by uploading their request for modification before the deadline for
submission of bids. For this, the bidder need not make any additional payment towards the cost of tender
document. For bid modification and consequential re-submission, the bidder is not required to withdraw his bid
submitted earlier. The last modified bid submitted by the bidder within the bid submission time shall be
considered as the bid. For this purpose, modification/withdrawal by other means will not be accepted. In online
system of bid submission, the modification and consequential- submission of bids is allowed any number of times.
The bidders may withdraw his bid by uploading their request before the deadline for submission of bids; however,
if the bid is withdrawn, the re-submission of the bid is not allowed. No bid shall be modified or withdrawn after
the deadline of submission of bids.
3. The date and time of opening of Financial-Bids shall be notified on Web Site www.jktenders.gov.in and conveyed to
the bidders automatically through an e-mail message on their e-mail address. The Financial-bids
of Responsive bidders shall be opened online in the Office of the Executive Engineer PWD (R&B) Division Rajouri.
The date for same shall be intimated separately.
4. The bids for the work shall remain valid for a period of 120 days from the date of opening of Technical bids.
5. The bidder shall be disqualified from bidding for any contract with this office for a period of 03 Years from
the date of notification, 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 after
issue of letter of acceptance.
c) In case contractor fails to execute the agreement within 28 days after fixation of contract.
6. 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 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.
Note: - Scan all the documents on 100 dpi with black and white option.
7. The department will not be responsible for delay in online submission due to any reasons.
8. Scanned copy of cost of tender document in shape of e-challan through Treasury indicating Treasury Voucher
9. No. & date, and e-NIT No. and name of work duly crediting to 0059 (Revenue) favouring Executive Engineer
PWD (R&B) Division Rajouri uploading a copy of treasury challan/receipt and Bid Security in the form of
CDR/FDR/ BG only of the requisite amount as mentioned in the e-NIT/SBD must be uploaded with the
technical documents of the bid.
10. Bidders may contact office of the Chief Engineer PW (R&B) Department, Jammu or concerned Executive
Engineer for any guidance for getting DSC or any other relevant details in respect of e-tendering process.
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. 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.
12. 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.
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. Defect Liability Period : The DLP shall be calculated from the date of certified completion of work .
Classification of Defect liability period.
Executive Engineer
S.No. Work description Period
1 ROAD WORKS
1.1 25 mm thick SDBC laid over 50MM thick BM 3 Years
1.2 30MM thick SDBC/ 25MM thick SDBC/MSS/ 20mm OGPC with 1 Year
seal coat
1.3 All other civil works 6 Months
2 BUILDING WORKS 1 Year
RELEASES:-
I) Performance Security. (3%) of contract amount shall be release after completion of Defect Liability
Period and additional performance security shall be released after 90% completion of work as
certified by Asstt. Executive Engineer.
II) II) Deposit : - Shall be release after Defect Liability Period.
15. All key construction material (i.e, cement, steel, bitumen, pipes etc) shall have to be arranged by the contractor
strictly as per specifications with the approval of Engineer-in-charge.
16. The key construction materials like Cement, Tor Steel, Bitumen of required grade from refineries as per
Circular of MORT & H dated August 24, 2018 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/Tor Steel are as under :-
i/ Cement of Ambuja, ACC, Ultratech or equivalent brand manufactured on Major Plant as approved by the
concerned Asstt. Executive Engineer.
ii/ Tor steel of SAIL, TATA TISCON, Jindal Panther & Rashtriya Ispat.
17. Qualification criteria for the work and other terms and conditions are contained in the bidding document
available on website.
18. As per Chief Engineer PW (R&B) Department Jammu’s Circular No. CEJ/PS/M/719 dated 22-09-2020, no
bidder will be allowed to withdraw his bid once he participated in the tendering process what so ever case may
be.
17. Performance Security :
17.1 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 vide No. FD-Codes/233/2021-02-27 dated
10-02-2022 and Worthy Chief Engineer PW (R&B) Department Jammu’s No. CEJ/DB/27779-83 dated
15-02-2022.
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 17.1 of e-NIT shall constitute
sufficient grounds for cancellation of the award and forfeiture of the Bid Security.
18. If the successful bidder quote abnormally low bid, the bidder shall have to give written clarification regarding
this in the shape of detailed price analysis of its bid price in relation to scope, schedule, allocation of risks and
responsibilities. If in any case there are compelling circumstances to ask for Additional Security Deposit/Bank
Guarantee (BG) in case of ALBs, the same should be taken only with the approval of the next higher authority
to the authority competent to finalize the particular tender or the Secretary of the Ministry/Department,
whichever is lower.
19. The Performance Security shall be provide 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
20 That the payment is restricted to the contract cost only and will be subject to the condition that no cost
overrun of any kind is to be paid unless and until approved from the competent authority.
21 Any damage caused to the private/public property during execution of works shall be in the
liability of the contractor and no claim on account of any such restoration to be carried by the
contractor shall be entertained by the Department.
Executive Engineer
22 Bidder must ensure to upload scanned copies of all necessary documents in order to qualify:-
a) Photo copy of registration card duly renewed for the year 2022-23
b) Photo copy of PAN Card.
c) Photocopy of GSTIN Registration
d) Earnest money/Bid security in shape of CDR/FDR/BG pledged to Executive Engineer PWD (R&B)
Division Rajouri. The CDR/FDR/BG shall be valid for 45 Days beyond the bid validity period.
e) Tender cost (Treasury Challan/Receipt mentioned the name of the work for which tender fee was
deposited)
f) Copy of verification certificate from card issuing authority for the registration card issued from Kashmir
Division also to be uploaded
23 Retention Money & Maintenance Liability :- The deposit as per PWD financial rules shall be retained
from contractor claim on account of retention money and maintenance liability for a period of
(01) one year from the date of virtual completion of the work. The same shall be released after
successful completion of defect liability for the said period.
24 Penalty for delay in completion :- In case of delay in completion of work beyond stipulated period
of completion, penalty upto maximum of 10% of the contract shall be imposed.
25 Tests :- The contractor shall be solely responsible for carrying out the mandatory tests required
for the quality control at his own cost. It will be mandatory to conduct some tests as directed by
the site Engineer, from the Material Testing Laboratory of PWD Department.
26 Payments :- No payment shall be released to the contractor :-
i) Without contract agreement duly signed by both parties
ii) Without test reports of mandatory quality control tests for various component of the
advertised work from the Departmental Lab (which must be enclosed with the bill
iii) Without geo-tagged photographs before, during and after the execution of the work.
27 Correction of Defects noticed during the Defects Liability Period.
27.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects
Liability Period, which begins from the Completion Date and ends as specified in the Defect
Liability clause. The Defects Liability Period shall be extended for as long as the Defects remain
to be corrected.
27.2 Every time notice of Defect/Defects is given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice. he Concerned
Assistant Engineer/Junior Engineer/Work supervisor of respective PIUs shall constantly visit the
work to check the deterioration of the work under DLP and informed the concerned Executive
Engineer about the condition of the work with photographs of the damages in case of the
deteriorated work.
28 The Engineer may issue notice to the Contractor to carry out maintenance of defects, if any,
noticed in his inspection, or brought to his notice. The Contractor shall remove the defects within
the period specified in the notice and submit to the Engineer a compliance report.
29/ Uncorrected Defects If the Contractor has not corrected a Defect pertaining to the Defects
Liability Period under clause 27.1.1 and clause 27.2.2 of these Conditions of Contract, to the
satisfaction of the Engineer, within the time specified in the Engineer's notice, the Engineer will
assess the cost of having the Defect corrected at the contractor’s risk and cost.
30/ The tender/bid is liable to rejection if it does not fulfill the requirements as laid down in e-NIT.
Unbalanced Bid:-
31 If case bid of the bidder is unbalanced, the successful bidder (L1) shall have to deposit additional performance
security in shape of CDR/FDR/BG as per the breakup given below before award of contract.
S.No Percentage of unbalanced bid viz advertised Cost on Additional Performance
account of low rates Security
1 Upto and including 15% below Nil
2 >15% upto and including 20% below 5% of Advertised Cost
3 >20% upto and including 25% below 10% of Advertised Cost
4 >25% upto and including 30% below 15% of Advertised Cost
5 > 30% Below 20% of Advertised Cost
Vide Chief Engineer PW Department Jammu’s Circular No. CEJ/TS/23320-46 dated: 31-12-2021
32 The additional performance security shall be released only after successful completion
of work. The additional performance security of unsuccessful bidder shall be released in a week's time
after technical evaluation. .
33 The contractor has to execute the agreement on same day of allotment of work contract as per
Chief Engineer PW (R&B) Department Jammu’s Circular No. CEJ/G/12660-87 dated 07-10-
2021
34 All other terms conditions are as per PWD Form 25 (Double agreement Form) and
detailed e-NIT issued by this office.
35 The work as S.No 03 are floated at the risk and cost of Original contractor.
36 As per Chief Engineer PW(R&B) Department Jammu No Panch, Sarpanch, Secretary officer Servant of the
Panchyat or public servant . As such Sarpanch panch etc , may not be eligible to participate in the bidding
process.
Sd/-
(Er. Maqbool Hussain)
Executive Engineer
No : 19677-1970 PWD (R&B) Division
Dated : 08-02-2023 Rajouri
Copy to the:-
1. Chief Engineer PW (R&B) Department Jammu.
2. District Development Commissioner Rajouri.
3. Executive Engineer PWD (R&B) Division Rajouri HQ Rajouri.
4-5 Superintending Engineer Hydraulic Circle Poonch/ Rajouri Districts.
6-18. Executive Engineer PWD (R&B) Division Poonch/Nowshera/Construction Division No. I, II, III, IV, and Medical
College Division Jammu/ (R&B) Division Udhampur/ Kathua/Reasi/PHE/ I&FC Division Poonch/ PMGSY Div.
Rajouri.
19-22. Assistant Executive Engineer PWD(R&B) Sub- Division North/South / Koteranka /Shahdra Sharief/ Medical
college for information and wide publicity.
23-25 President Contractor/SHG Rajouri/Nowshera/Poonch for wide circulation.
26-29. Head Draftsman/CC/Agreement Clerk/Notice Board.
GOVERNMENT OF JAMMU AND KASHMIR
OFFICE OF THE EXECUTIVE ENGINEER PWD(R&B) DIVISION RAJOURI
Tele: 01962-263534 Fax: 01962-263534 Mail. [email protected]
Subject:- WIDE PUBLICITY OF NIT No: NIT No: 143 of 2022-23 Dated:- 08-02-2023
Sir,
Kindly find enclosed herewith a copy of e- NIT No: 143 of 2022-23 Dated:-
08-02-2023, as per annexure to this letter, for wide publication in leading News Papers of J&K State
viz. Kashmir Times, Daily Excelsior, State Times, Kashmir Uzma, Udaan etc so that the purpose for which
the advertising is made may not be deterred due to lack of circulation plea e and also furnish a
cutting of each news paper for reference and record of this division.
Yours faithfully
Executive Engineer
PWD(R&B) Division
Encl:-0 leaf Rajouri
Copy to the:-
1. Chief Engineer PW(R&B) Department Jammu for favour of information please.
2. Superintending Engineer PWD(R&B) Circle Rajouri for favour of information please.
3. The Joint Director, (Advertising) Department of Information, Rail Head Complex, Panama
Chowk, Jammu for favour of information & further necessary action please.