Tendernotice_1 (1)
Tendernotice_1 (1)
CIVIL WORKS
SINGLE COVER SYSTEM
For and on behalf of the University of Kashmir, e-tenders (In single cover system) are invited on
Percentage (%age) Basis from approved and eligible Civil Contractors registered with J&K Govt.,
CPWD, Railways and other State/U.T/ Central Governments for the following works:-
Cost of Earnest
S.No Nome of Work Adv. Cost (Rs.ln Money Time of M.H of Class
Lacs) T/Doc. completion Account
(In Rs.) (In Rs.) Of
Contactor
1. 2 3 4 5 6 7 8
1 Partitioning of Classrooms
Out of six classrooms of 8.10Lacs Rs. 600/- 16,200/- 45-Days
“Local Funds “ CEE &
Block-A, Five(5) be of I.O.T DEE”
partitioned into two each at Zakura”
I.O.T Zakura Campus
2. The Lowest bidder L1 also called the successful Bidder has to produce a performance security amount
equal to 5% (five percent) of the contract value in the shape of CDR / FDR/BG pledged to Executive
Engineer, Construction Division, University of Kashmir immediately after the opening of financial bids,
but prior to fixation of contract. The same shall be released after the successful completion of the Defect
Liability Period (DLP). However the EMD 2% shall be released after issuance of formal allotment
letter.
3. The date and time of opening of Financial Bids of a responsive bidder shall be notified on Website
www.jktenders.gov.in and conveyed to the bidders automatically through an e-mail message on their e-mail
address.
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 earnest money shall be forfeited lf:-
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 the specified time limit.
c) Failure of Successful bidder to execute the agreement within 28 days after fixation of contract.
d) The tenders without E.Challan and EMD shall be summarily rejected. No exemption for EMD and E.Challan
will be entertained.
6(A). 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.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 Vendor.
6.3 The bidders have to submit their bids online in electronic format with digital Signature. No bid will be
accepted in physical form.
6.4 Bids will be opened online as per time schedule mentioned in Para-1.
6.5 Bidders must ensure to upload scanned copy of all necessary documents with the bid. Besides, original
documents related to the bid shall be submitted by L1 before issuance of Allotment in his favour.
6.6. Bidders must ensure to upload scanned copies of all necessary documents, tender documents fee in
terms of soft copies and all other documents required as per NIT with technical bid. No
document (s) which has/have not been uploaded shall be entertained for technical evaluation in
the form of hard copy. However in case of any clarification the bidders all have to produce
original documents in support of soft copies if need arises.
Note:- Scan all the documents on 100 dpi with black and white option.
6.7(a) Bidders should note that if the documents uploaded/submitted on the basis of which the contract has
been awarded are found forged/fake/not genuine at any time, the contract shall be cancelled and the
contractor/bidder shall be recommended for blacklisting and debarred from taking part in tendering
in University of Kashmir/Other Departments for a period of one year in the first instance, besides the
performance security deposited for the said work shall be forfeited.
7. The department will not be responsible for delay in online submission due to any reasons.
8. For item rate method 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 upto completion of the work.
Deduction on account of taxes shall be made from the bills of the contractor on gross amount of the bill as
per the rates prevailing at the time of recovery.
9. The %age rate method requires the bidder to quote a percentage above / below / at par at the bottom of the
BOQ percentage template for the work. The percentage quoted by the bidder shall be deemed to include price
escalation and all taxes upto completion of the work. Deduction on account of taxes shall be made from the
bills of the contractor on gross amount of the bill as per the rates prevailing at the time of recovery.
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.
11. Price escalation and Taxes: No price escalation shall be permissible. The deduction on account of taxes
shall be made for the bills of the contractor for the gross amount of the bill as per the rates prevailing at the
time of recovery.
12. Bidders are advised to use "My Documents" area in their user on R&B e-Tendering portal to store such
documents as are required.
13. In case of CRF and any other specified project. The relevant guidelines standard bidding document shall be
followed.
14. Instructions to Bidder (ITB)
14.1 All bidders shall upload the following information and documents along with qualification
criteria/qualification information with their bids:-
a) All bidders shall upload Copies of original documents defining constitution/ legal status, place
of registration and principal place of Business with Cell No. and correspondence address.
b. Scanned Copy of Digital Registration Card with latest renewal on JKPWDOMS website for the year
2024-25
c. All bidders shall upload verification certificate from concerned Chief Engineer/ Superintending
Engineer of Enlistment Registration Card.
d. All bidders shall upload e-challan and EMD as per NIT.
e. All bidders shall upload Valid GSTIN Registration & PAN Card.
f. All bidders shall upload Scanned copy of latest GST clearance certificate FORM GST-3B
of the last quarter/preceding Month to the Issuance of NIT.
14.2 The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings
before submission of bid.
14.3 Non attendance of pre-bid meeting will not be cause of disqualification of the bidder.
14.4 All documents relating to the bid shall be in the English Language.
15. General Conditions of Contract: -
15.1 The date of start of the work shall be reckoned within one week from the date of issuance of LOI/Contract
allotment as the case may be.
Penalty for delay in completion: - ln case of delay in completion of work beyond stipulated period of
completion, penalty upto maximum of 10% of the contract shall be imposed.
15.2 Time extension: -Suitable time extension shall be granted in case of increase in scope of work and in the
event of delay beyond control of contractor to be determined by the department.
15.3 Advance Payments:-No mobilization advance/equipment advance shall be paid.
15.4 Secured Advance:-No secured advance is admissible.
15.5 Schedule of Payment:-The payment schedule shall be fixed after award of contract in favour of successful
bidder, on the basis of availability of funds and value of work executed, shall be determined by the Engineer.
15.6 Amendment of bidding document:-Before the deadline for submission of bids the employer may modify
the bidding documents by issuing Addendum.
15.7(a) The tender receiving authority reserves the right to accept or reject any tender or all tenders
without assigning any reason thereof.
15.7(b)The Employer reserves the right to accept or reject any bid and to cancel the bidding process and
reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the grounds for
the Employer’s action.
16. Restoration of work:- On completion of contract the contractor shall be responsible to remove allun-used
material and restore all work in its original position at his own cost.
17 Traffic regulations:-The contractor is bound to adhere to traffic regulations as is applicable from time to
time and ensure arrangements of smooth regulation of traffic during execution of work.
18 Arbitration:- The arbitration shall be conducted in accordance with the arbitration procedure stated in the
J&K Conciliation and Arbitration Act No:-xxxv of 1997 issued vide SRO No:-403 vide Notification of J&K
Govt., "Law Department" 11th December-I997.
19 Defect Liability period:- The DLP shall be Calculated from date of certified completion of work and
period shall be 06-Months. The defects noticed in the work during execution or D.L.P. shall be corrected by
the Contractor within the length of time specified by the Engineer. If the contractor does not correct the
defects pertaining to D.L.P. to the satisfaction of the Engineer within the time specified, the Engineer will
assess the cost of having the defects corrected and contractor will pay this amount on correction of defects.
20 The date of start of work shall be reckoned within 07 (seven) days from the date of issuance of
allotment/ Letter of intent.
21 In case the agency fails to execute the work, the performance security in the shape of CDR/FDR/BG
and normal deposit shall be liable for forfeiture besides initiating other punitive actions against the
defaulter without serving any notice.
ALL KEY CONSTRUCTION MATERIAL shall have to be strictly as per prescribed
specifications and approval of the Engineer In-charge.
22 The Earnest Money of the successful Bidder shall be released after successful completion of DLP
Failure on part of the contractor to fulfill his obligations of maintenance schedules shall result in
forfeiture of the deposits held for this purpose as well as the CDR/FDR/BG for this work.
23 Safety:- The contractor shall be responsible for safety of all activities at site of work.
24 Discoveries:- Anything of historical or other interest or of significant value unexpectedly discovered on the
site shall be the property of the Govt.
25 Tests:-The contractor shall be solely responsible for carrying out the mandatory tests required for the quality
control at his own cost.
26 Termination:- The employer may terminate the contract if the contractor causes a fundamental breach
of the contract.
27 Fundamental breach of contract will include:-
a) Continuous stoppage of Work for a period of 30 days without authorization of Engineer in- charge.
b) Contractor is declared bankrupt.
c) Any evidence of involvement of contractor in corrupt practices.
d) If the contractor indulges in willful disregard of the quality control measures put in place by the
department.
e) Contractor delays the completion of work beyond stipulated time of completion.
f) Pursuant to the process of termination of defaulted contract, the employer reserves the right to
invite fresh tender for the balance work at the risk and cost of defaulting contractor.
g) If in case contractor failed to start /complete the work, within the stipulated time period, his Performance
Security shall be forfeited after termination of the contract. Besides, the Bid Security Declaration shall
be enforced and the defaulting contractor shall be debarred from taking part in tendering of works in
R&B Department/other departments for a period of one year.
28 Major Labour Laws applicable to establishment engaged in building and other construction Work:-
a) Workmen compensation act 1923.
b) Payment of Gratuity Act 1972.
c) Employees P.F. and Miscellaneous Provision Act1952.
d) Maternity Benefits Act 1951.
e) Contract Labour (Regulation & Abolition) Act1970.
f) Minimum Wages Act 1948.
g) Payment of Wages Act 1936.
h) Equal remuneration Act 1979.
i) Payment of bonus Act 1965.
j) Industrial disputes Act 1947.
k) Industrial employment standing orders Act 1946.
l) Trade Union Act 1926.
m) Child Labour (Prohibition & Regulation) Act 1986.
n) Inter State Migrant workmen's (Regulation of employment & Conditions of service)Act 1979.
o) The Building and other Construction workers (Regulation of employment and Condition of service) Act
1996 and the Census Act of 1996.
p) Factories Act 1948.
q) Compliance with Labour Regulation Laws of J&K .
29 Specification/Quality Control:-All items of works shall conform to specifications as per IRC/MORTH/
NBO/ CPWD/ SSRI Any other prescribed specifications.
30 Insurance:- Insurance cover to Labour I Machinery I Work I Plant material I Equipment by the
contractor shall be mandatory.
31 Laws Governing the Contract: -The contract shall be governed by Laws of the land.
Court's Jurisdiction:-In case of a disputes/differences between contractor and Department the
jurisdiction shall be J&K.
32 Time Extension: -
a) The work is to be completed within the time limit specified in the NIT and the time of completion will
also increase I decrease in proportion with additional I deleted quantum of work depending upon the
actual quantum of work.
b) Request for extension of time shall be made by the contractor in writing not later than fifteen days of
happening of the event causing delay. The contractor shall also indicate in such a request the period for
which extension is desired.
c) Abnormal /bad weather or Serious loss or damage by fire or Civil commotion, strike or lockout (other
than among the labour engaged by the contractor) affecting any or the trades employed on the work, or
Non availability of departmental stores.
d) Any other cause which in the absolute discretion of the accepting authority is beyond the contractor's
desire.
e) On contractor's representation based on the grounds as detailed above the time for completion of the
work may be extended by a period considered reasonable by the Department.
f) Extension of time shall be also admissible in the event of temporary suspension of work.
33 The tender/bid is liable to rejection if it does not fulfill the requirements as laid down in NIT.
All other terms conditions are as per PWD Form 25 (Double agreement Form) and detailed NIT
issued vide this office No. F(E.Tend)(UCD) KU/60/24 DATED: 14/02/2025
S/d
Executive Engineer
University of Kashmir
No: F(E.Tend)(UCD) KU/60/24
DATED: 14/02/2025
Copy to the:-
1. Special Secretary to Vice Chancellor for kind information of the Vice Chancellor.
2. Director, IT & SS for information .He is requested to upload the main tender notice on the University Web site for wide
publicity.
3. CAO, Accounts/ Deputy Registrar, Development for information.
4. P.A. to Registrar for information of the Registrar.
5. Head draftsperson for information and with the direction to upload the tender notice along with Rate list etc on the web site
prescribed for the purpose (www.jktenders.gov.in)
6. Notice board.
7. File.