Tendernotice 1
Tendernotice 1
Cost of
Earne
Tender Estimated Contrac
st Position of
Doc. (In Cost t period
Name of the Work Money funds
Rupees) (In Rs)
(In Rs)
1 2 3 4 5 7
Outsourcing of Manpower for
operation of various types of Snow
Clearance Machinery of Mechanical and 1000 38400 1920000 3 Months. Under MH-
Hospital Division Anantnag for snow 3054-449
clearance season 2024-25.
• Position of Administrative Approval: Works programme approved vide No: MHED/K/Acctt/2 11 of 2024-25
Dated: 03.10.2024
• Position of Technical Sanction: Accorded.
• Downloading of Bids: The Tender document Consisting of qualifying information, eligibility criteria,
specifications, Bill of quantities (B.O.Q), Set of terms and conditions of contract and other details can be
seen/downloaded from the Govt. website www.jktenders.gov.in from 08-11-2024 (16.00 Hrs.)
• Submission of Bids: The bidders shall deposit their bids in electronic format on
the above website from 09-11-2024 (10.00 Hrs.) to 18-11-2024 (11:00 Hrs.) in two covers.
• Opening of Bids (cover 1st): The bid uploaded on the Web Site up to due date and time will be
opened 18-11-2024 (15.00 Hrs.) in the office of the undersigned.
1. Instructions to Bidders: The Bids shall be deposited in electronic format with digital Signature on the
official website www.jktenders.gov.in in Two covers viz., (Technical Bid) & (Financial Bid).
1.1 Cover-I shall contain:
1 Cost of tender Rs. 1000.00 (Rupees One thousand only) in shape of e-Challan / e-receipt / online
document Bank transfer acknowledgement to be uploaded with each online bid pledged to
Executive Engineer Mechanical & Hospitals Division Anantnag. Tender Id to be
written also on the voucher.
Account no: 0014010100006015.
Name of the Bank: Jammu & Kashmir Bank.
Branch Name: T.P. Anantnag.
IFSC Code: JAKA0EMPIRE
OR
By uploading a copy of Treasury Challan/Receipt in favour of the Executive Engineer,
Mechanical & Hospital Division Anantnag to be deposited in Major Head 0059.
The department reserves the right to cross check genuineness of the receipt of
tender document fee
2 Earnest Money Earnest money deposit in shape of CDR/FDR pledged to Executive Engineer
Deposit Mechanical & Hospitals Division Anantnag.
3 GST registration Valid scanned copy of GST Registration with latest GST return
4 PAN Valid scanned copy of PAN card
5 Annexure A The bidder shall upload accepted scanned copies of Annexures duly signed and
Stamped.
6 Financial Turnover The firm should have average annual financial turnover of at least 15 Lakhs for last
three years ending 03/2024 duly certified/issued by registered CharteredAccountant
with UDIN mentioned on the certificate.
7 Work Experience The bidder shall furnish documentary evidence of having provided manpower
Certificate during last 5 years in any Govt./Semi Govt. Department or PSU. The bidder shall
also have to furnish documentary evidence in support of work experience in the form
of supply orders (one supply order of not less than 15.40 Lakhs or two supply
orders of 9.60 Lakhs each or Three supply orders of 7.70 Lakh each) duly
supported with satisfactory performance report from the end users.
8 Location of office Only Service Providers having the Head Office located in Kashmir only are
eligible to participate in bidding process and documentary proof for the same shall
have to be provided along with the bid.
9 ESI Certificate The bidder shall have to upload Certificate of registration under Employees State
Insurance Act.
10 EPF Certificate The bidder shall have to upload Certificate of registration under Employees
Provident Fund Act.
11 Labour Registration The bidder shall have to upload copy of valid registration with the labour
department.
12 Non-Blacklisting An affidavit on stamp paper duly attested by Executive Magistrate with the effect
Declaration that the documents etc. enclosed with the Tender are genuine and have not been
tampered or fabricated. The firm will also certify that no criminal/Blacklisting case
is pending against their firm.
13 MSE Registration The bidders seeking EMD exemption must have MSE registration under relevant
category.
1. Cover-II shall contain: Price bid, as per BoQ uploaded by this department. Financial bid will not be
accepted in physical form.
2. The bid for the work shall remain valid for 180days.
3. The complete bidding process will be online.
4. The Financial bid of only qualifying bidders shall be opened online in the Office of the Executive
Engineer, Mechanical & Hospitals Division Anantnag Kashmir after evaluation of technical bid and
decision thereof.
5. Bidder shall be penalized as per tender conditions if they back out their bid during the period of bid validity
ormake any modifications in the terms and conditions of the bid.
6. 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.
7. The cost of tender documents is non-refundable and the tender shall in no case be accepted if submitted
by any firm other than the purchaser.
8. Any tender found to have been submitted by the firm by furnishing false information to the department
shall be cancelled and the firm shall be penalized as and when it comes to the notice of the Department
even during the currency of the contract. The department reserves the right to debar/blacklist such
firm(s).
9. Unbalanced Bid: In case bid of the lowest bidder is found unbalanced, the successful bidder shall have
to produce additional performance security in shape of CDR/FDR/ Bank Guarantee within 07 days after
opening of price bids as per following break up:
S. No. %age of unbalanced bid viz advertised cost on account of Additional Performance Security
Low rates
1 Up to and including 15% below Nil
2 Greater than 15% and up to 20% below 5%
3 Greater than 20% and up to 25% below 10%
4 Greater than 25% and up to 30% below 15%
5 Greater than 30% below 20%
10. The tenders should be addressed to the Executive Engineer Mechanical & Hospitals Division Anantnag
Kashmir.
Sd/-
Executive Engineer
Mechanical & Hospitals Division Anantnag
No: MHDA/TS-192/2015-20
Dated: 08-11-2024.
Copy to The:
1. Chief Engineer, Mechanical & Hospitals Engineering Department, Kashmir for information.
2. Superintending Engineer, Mechanical & Hospitals Circle, Kashmir Srinagar information.
3. Assistant Executive Engineer Mechanical and Hospital Sub Division 1st Anantnag.
4. Assistant Executive Engineer Mechanical and Hospital Sub Division 2nd Pulwama.
5. In charge Snow Control Room Kulgam.
6. AAO Divisional Office.
Annexure-A
1. All the documents shall be self-attested with sealed and signature and an undertaking to be submitted that
anything found false/forged in later stages shall be the responsibility of the bidder.
2. The Bidder should abide by the Labour Laws.
3. The agency/firm’s service charges to be quoted cannot be kept as NIL and should be in consonance with
GFR2017.
4. The service provider shall ensure and keep insured his staff so deployed at the Snow Clearance Control
Rooms against all liabilities for death and injury whatsoever on account of any accident in course of
performing the assigned job. The Department will not be responsible and not to be held liable for any such
compensation for death, injury or accident to employees and other personal deployed by the service
provider/firm/agency.
5. The rates should be in consonance with all statutory laws.
6. It shall be the responsibility of the Bidder to upload complete rates as per labour laws. (Basic wages
(Skilled), ESI, EDLI, EPF ADMIN Charges and any other charges applicable).
7. The contractor shall engage required manpower for accomplishing the job round the clock. The contractor
shall strictly comply with all laws, rules regulations as per the law in force. For any violation in this
regard the contractor shall be solely responsible without any liability to the Department.
8. All registration and statuary fees, if any in respect of the contract work pursuant to intended contract shall be
responsibility of the contractor and shall be payable by the contractor only.
9. Contractor shall provide uniform/winter clothes and identity cards to all the personnel engaged by him and
ensure that they clad in uniforms with proper identification during duty hours.
10. Service Tax, as applicable under rules shall be charged.
11. The same person should sign the entire correspondence, letter and documents who has signed the original
tender. In case of change to this effect, an Affidavit shall have to be sent in support ofthe change.
12. The successful bidder shall not in any case assign or sublet the approved contract or any part thereof to any
other party.
13. The successful bidder, immediately after placement of order, shall provide a tentative list of manpower as
per scope given in the BoQ to the respective Executive Engineers for approval of the relevant qualified
persons the list shall include all the relevant details like copies of Adhar, HMV License, medical fitness
certificate, details of EPF, ESI and other relevant registration of the proposed persons.
14. That the monthly contribution on account of EFP etc. as applicable under relevant rules for engagement
of the persons will be submitted by the contracting/ service provider from time to time with the
appropriate authorities after deduction of compulsory contribution from the wages of the employee and
deposition of equal contribution as per the employee’s provident fund act.
15. The successful bidder through his staff shall ensure that all the equipment and kitchen utensils must be kept in
safe custody and damages whatsoever happens shall be the sole responsibility of the hired staff. No
unauthorized personas shall be allowed to enter the vehicles/workplace
16. The Staff of the successful bidder shall be responsible to report any unusual occurrence to machine/workplace
to the concerned / competent authorities, as soon as the occurrence takes place.
17. The hired staff shall have to remain alert during the period of duty and perform the duties diligently and with
high integrity.
18. The consignee shall have the right to dispense with the services of any hired staff engaged bythe agency,
if not found up to the mark, or any misconduct/mis- behavior is reported on the part of the said staff. The
contract shall be terminated on a “15 day’ notice”, if not found workable.
19. The successful bidder will enter into an Agreement with the order placing authority within 07 days from
the date of placement of order.
20. The hired staff will have to stay at Snow Clearance Control Room 24X7 during the period of the contract as
per duty roaster.
21. The Payment on account of the services rendered by the hired staff for a particular job shall be made on
monthly basis, after the receipt of satisfactory attendance report, from the Assistant Executive Engineer, in the
first week of next month.
22. Any dispute arising out of this contract shall be referred to the Chief Engineer, M&HED, Kashmir, whose
decision shall be final and binding upon the consignee and contracting agency.
23. The legal Jurisdiction shall be the Courts of the J&K at Srinagar.
24. The Call Deposit Receipt/FDR, deposited by the approved contractor, shall be released only after the
expiry of the contractual period and on the production of “NO OBJECTION CERTIFICATE” duly issued
by the respective AEEs/Engineer incharge.
25. The approved contractor shall be liable to maintain the required number of Operators in each shift. If
Absenteeism remains more than 10% a minimum fine of Rs. 2000/-per day shall be imposed by the
concerned under signed. However, if the approved contractor failed to check the absenteeism in 48 hours
the minimum penalty shall be raised to Rs.5000/-per day which shall be deducted from his monthly bills.
26. If any of the hired staff deployed by firm is found indulge in any type of malpractice or a complaint is
received against him, the Assistant Executive Engineer of the concerned Sub- Division shall be competent to
hold an enquiry against such staff & if it is established that the hired staff indulged in any kind of malpractice,
the firm shall be personally responsible & a suitable penalty as deemed fit by the contract awarding
authority shall be levied, which mayalso include the termination of the contract. The decision of the contract
awarding authority shall be final & binding upon the firm. Besides, if warranted under law, criminal
proceedings shall also be held against the engaged personnel.
27. The successful bidder shall submit affidavit furnishing credentials and antecedents of engaged persons
duly notarized, within a period of 02 days after placement of allotment order.
28. The authentication of the Manpower shall be the sole responsibility of the contractor/firm/serviceprovider.
Sd/-
Executive Engineer
Mechanical & Hospitals DivisionAnantnag.
Accepted
Seal & Signature of the bidder
Annexure-B
GENERAL TERMS & CONDITIONS
1. Prices: The prices to be quoted in INR and shall be firm and final and for stationed Snow Control
Rooms Anantnag, Kulgam, Pulwama, Shopian and Sub control rooms (Allover South Kashmir) and
shall be inclusive of PF, EDLI, ESI, Bonus wherever applicable, Admin charges (as per statutory
regulations) and all taxes.
2. The bidder shall have to provide manpower with age group of 18-60 years as on 01/01/2024. The
manpower provided shall be physically fit having valid License/ Aadhar card/Election card.
3. Consignee & Payment making authority: The consignee and the payment authority for this service
contract shall be the Executive Engineer Mechanical & Hospitals Division Anantnag.
4. The financial evaluation shall be done on overall lowest basis and the allotment order shall be placed
with the overall lowest bidder. The bidder shall have to quote rate on per person per month basis.
However, the allotment order shall be placed as per the actual requirement viz –a- viz the
distribution/requirement provided in the BoQ of bid document which shall be at the sole discretion of
the department
5. Terms of Payment:
All payments to the contractor will be made after completion of all the contractual obligations and
subject to availability of funds as per the unit rates of Price Schedule (BOQ). All payments will be
made in Indian Currency and will be subject to deduction of taxes in vogue. Payment shall be
made on monthly basis for the engaged persons after receipt of verification reports from respective in
charge control rooms /AEE concerned. The bill submitted shall contain all the taxes including PF,
EDLI, ESI, Bonus wherever applicable, Admin charges (as per statutory regulations) and all taxes.
Note: - The payments shall be made subject to undertaking from the service provider that they
have deposited the wages of the previous month into bank accounts of respective persons
(manpower) and mandatory deductions like EPF, ESI, EDLI etc. have been credited into
respective heads.
6. Earnest Money Deposit: in case of successful bidders the EMD shall be released after receipt of
Performance Guarantee and in case of unsuccessful bidders, the same shall be released after
placement of allotment order with the successful bidder.
7. Performance Guarantee: Before placement of allotment order, the successful bidder shall have to
submit a Performance Guarantee for a value of 5% of the advertised cost, in the form of an
Irrevocable Bank Guarantee/FDR/CDR from a Nationalized/Scheduled Bank pledged to Executive
Engineer Mechanical & Hospitals Division Anantnag before awarding of the Contract, valid for a
period of 3 months, which shall be retained by the department during currency of the contract. The
same shall be released after expiry of the contract.
8. Completion Period: The successful bidder shall have to provide the requisite manpower within 5
days from date of placement of allotment order/intimation by this office.
9. Civil, Suit/Legal Remedy:
All legal proceedings in connection with the tender/contract shall be subject to the jurisdiction of
Courts of Srinagar City only.
10. Force Majeure: If at any time during the execution of work either party is unable to perform in
whole or in part any obligation under this order because of war, hostility, military operation of any
kind, acts of public, enemy, civil commotion, sabotage, strikes, lockouts, go-slow, fire, floods,
epidemics, quarantine restrictions, acts of nature and acts of Government(including but not restricted
to prohibitions of exports and imports) then the date of fulfillment of any obligation shall be
postponed during the time for which such circumstances are operative. Any waiver / extension of
time in respect of the delivery of any installment or part thereof shall not be deemed to be waiver /
extension of time in respect of remaining deliveries. If duration of such circumstances exceeds six
months either party shall have right to claim eventual damage. The party which is unable to fulfill its
obligations under the present contract must immediately inform the other party on the occurrence of
termination of the circumstances preventing performance of contract. Certificate issued by the
Chamber of Commerce in the country of the seller or buyer, as the case may be, shall be sufficient
proof of the existence of the above circumstances and their duration.
11. Arbitration: If at any time, any dispute or difference whatsoever shall arise between the contractor
and the government in relation to or in connection with the contract, either of the parties may give
each other notice in writing of such a dispute or difference and the same shall be referred to the
Arbitration of a person to be mutually agreed upon not less than the rank of serving or retired Chief
Engineer, or failing such agreement within 30 days of such notice, of some person appointed by the
government of Jammu and Kashmir. The submission shall be deemed to be a submission to and all
rules framed there under or any statutory modifications thereof shall apply to such proceedings. The
arbitration shall be within jurisdiction of the J&K UT only.
12. Penalty: In case, the successful bidder fails, declines, neglects or delays the contract or in the event
of any damage occurring or being caused by the firm or in the event of any default or failure by the
bidder in complying with any of the terms and conditions of the contract, the Government shall
without prejudice to any other remedy available to it under law in force in the state shall:
i. Terminate the contract after seven (7) days’ notice. (and/or)
ii. In case of delay the department shall Impose a penalty of 0.25% of contract value per day up to a
maximum limit of 10% (ten percent) of the value of the contract
13. Agreement: A formal deed of "Agreement", incorporating therein the terms and conditions which
shall govern the Contract, will be executed by the successful bidder with the Department within 07
days of the issuance of the formal 'Allotment Order. This written instrument of Agreement,
governing the contract shall, in all respects, be deemed to be, and construed to be, and shall operate
as 'An Indian Contract' in conformity with laws applicable and in vogue in the UT of Jammu &
Kashmir, and shall be subject to the jurisdiction of the Courts in the UT of Jammu & Kashmir at
Srinagar only.
Non-execution of formal agreement shall, in no way, make the Contract ineffective/in-operative.
No payment, whatsoever, even against the work done, shall be released without drawl and
acceptance of the formal agreement.
14. Labour Laws: The firm shall have to adhere to all labour laws in vogue in UT of J&K.
15. All other terms and conditions are same as laid down in PWD form No. 25 and 33.
16. Additional clause: The quantity mentioned in the BoQ and schedule may increase or decrease by 25
% at the sole discretion of allotting authority.
Sd/-
Executive Engineer
Mechanical & Hospitals DivisionAnantnag
Accepted
Seal & Signature of the bidder
Annexure-C
Scope of Work: The bidder shall have to provide manpower for operation of various kinds of snow
clearance equipment such as snow plough mounted 4x4 trucks (Tata LPT-713 or 715, Ashok Leyland
LRV or Stallion or GURU-715, Unimog 400 or 423), Snow Cutters (Rolba 3000 or 1500 or Frecia),
Snow Plough mounted Tractors (Farmtrak, Holland, New Holland, Preet, Sonalika etc.), Backhoe
Loaders (CASE, L and T etc.), Front End Loaders (Livgong), Chain Dozers (D-50 or D-80) etc of
Snow Clearance control rooms Anantnag, Kulgam, Pulwama and Shopian (including various sub
control rooms scattered at various places of south Kashmir) with age group of 18-60 years as on
01/01/2024. The manpower provided shall be physically fit having valid License/ Aadhaar card/Election
card, details of manpower is given as under:
Tentative
S. No of
Description Division Category Period of
No persons
contract
1 Hiring of Operators (with v a l i d
HMV driving license)
for Operation of Snow Clearance
Machines Viz Snow Plough 4x4
Trucks (Tata LPT-715/713,
Ashok Leyland Stallion/ Guru),
LRV, tractors with Snow Mechanical
Plough, Snow Cutters and other & Hospitals
machinery viz Front-End loaders, Division 03 Calendar
Highly
Backhoe Loaders etc. during snow Anantnag 32 Months
Skille
clearance season 2024-25 for
d
various Snow clearance Control
Rooms and Sub Control Rooms of
South Kashmir.
(The bidder shall have to quote
rate per person per month,
however, the allotment order
shall be placed for a period of 3
months at the sole discretion of the
Department.
Sd/-
Executive Engineer,
Mechanical & Hospitals divisionAnantnag
Accepted
Seal & Signature of the bidder
ANNEXURE “D”
CONTRACTOR DETAILS
Particulars Details
Name of the bidder/firm
Address
Tele/Fax/Mobile
Email Id
GSTIN
PAN
Sd/-
Executive Engineer
Mechanical and Hospital Division Anantnag.