0% found this document useful (0 votes)
20 views10 pages

Tendernotice_1-7

The Executive Engineer, REW Ramban, invites short-term e-tenders for the repair and maintenance of existing CSCs along NH-44, with an estimated cost of 3.00 lacs and a completion time of 15 days. Bidders must submit their bids online, including necessary documents and a 2% earnest money deposit, by May 24, 2025. The technical bids will be opened on May 26, 2025, and the successful bidders will need to provide a performance security of 3% of the contract value within two days of acceptance.

Uploaded by

wanizuhraiz0
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views10 pages

Tendernotice_1-7

The Executive Engineer, REW Ramban, invites short-term e-tenders for the repair and maintenance of existing CSCs along NH-44, with an estimated cost of 3.00 lacs and a completion time of 15 days. Bidders must submit their bids online, including necessary documents and a 2% earnest money deposit, by May 24, 2025. The technical bids will be opened on May 26, 2025, and the successful bidders will need to provide a performance security of 3% of the contract value within two days of acceptance.

Uploaded by

wanizuhraiz0
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 10

OFFICE THE EXECUTIVE ENGINEER, REW, RAMBAN

SHORT TERM NOTICE INVITING TENDER


NIT No:- 06 OF REW RAMBAN OF 2025-2026
Dated: - 17-05-2025
For and on behalf of the Lt. Governor of UT of J&K, short time e-tenders are invited on percentage rate basis
from approved and eligible Contractors registered with J&K Govt. for the following works:-

CLASS
ESTIMATE COST OF
NAME OF TIME ALLOWED OF POSITION
S. NO NAME OF THE WORK D COST DOCUMENT
BLOCK SCHEME DIVISION FOR COMPLETION CONTRA OF FUNDS
(IN LACS) (IN RS)
CTOR

Starting
From
1 Block
Repair & REW 15 days C,D
Batote,R 600 Availabe
Maintenance of 07 amban 3.00 UNDER
RAMBAN
number of existing via Lacs SBM
CSCs along NH-44 Ramsoo SANJY
for SANJY 2025-26 and 2025-26
Banihal

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 17-05-2025
2 Period of downloading of bidding documents From 17-05-2025 1800 Hrs 24-05-2025,1800 Hrs
3 Bid submission Start Date 17-05-2025 from 1800 Hrs
4 Bid Submission End Date 24-05-2025 up to 1800 Hrs
5 Date & time of opening of Technical Bids (Online),
26-05-2025 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 and 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 30 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
after issuance of letter of intent.
c) In case contractor fails to execute the agreement within 15 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 02 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/25-26/1030-38
Dated:- 17-05-2025 Sd/-
( Er. Sanjay Kumar)
Executive Engineer
REW, Ramban

Copy to the: -

1. Director Rural De partment, Jammu, for favour of i nformation please.


2. Superinte ndin g Engi n eer REW, Jammu, for favour of info rmatio n 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. Assistant Commissioner Panchayat, 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. Tec hnic al Officer/Junior As sistant/ Drafts man/Noti ce Bo ard Divis ional Office
for informa tion.
9. President Contractor As sociation Ramban for informatio n

A. GENERAL 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.

2. Qualification of the Bidder


In order to qualify, all bidders shall upload the copies of below mentioned documents in a single
folder in pdf format :-

i) Copy of Registration Card duly renewed for the current financial year 2025-26.
ii) Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii) Copy of PAN Card and Aadhar Card.
iv) Abandoned Certificate: The contractor have to submit abandoned certificate from the
executive agency that the contractor has not abandoned any work in last 02 years.
v) Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
And following instruments: -
vi) Copy of challan/receipt indicating the name of work and 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 e-challan/receipt
vii) In case if retendered only the CDR can be used again but fresh challan/fee receipt has
to be uploaded.
viii) Affidavit on correctness of information submitted duly attested by NOTARY.
ix) scanned copy of EMD @ 2% of advertised cost should be uploaded with the
technical bid with duly written the name of work and tender id on it.
x) All the documents uploaded by the bidder including fee slip, cdr, affidavits etc. must
be of date between date of issue and bid submission end date.
xi) Performance Security :- Within 03 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.
xii) 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.
xiii) CDR/FDR in favor of Executive engineer REW Ramban at the time of agreement
as tabulated below:-

S.no Percentage of Unbalance bid viz. advertised Additional Performance


cost Security
01 Upto and including 15% Nil
02 >15% upto and including 20% below 5% of Quoted rate by bidder.
03 >20% upto and including 30% below 10% of Quoted rate by bidder.
04 >30% upto and including 40% below 15% of Quoted rate by bidder.
05 >40% below 20% of Quoted rate by bidder.
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.

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 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

6. Content of Bidding Documents


The set of bidding documents comprises the documents listed below:-.
1 Notice Inviting Tender
2 Instruction to Bidders
3 General conditions of Contract
4 Bill of Quantities
5 Drawings

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.

9. Clarification of Bidding Documents


A prospective bidder requiring any clarification of the bidding documents may notify the Employer in
writing or by Facsimile (Fax) at the Employer’s address indicated in the Notice Inviting Tenders. The
Employer will respond to any request for clarification received earlier than 10 days prior to the
deadline for submission of bids. Copies of the employer’s response will be forwarded to all
purchasers of the bidding documents, including a description of the inquiry, but without identifying its
source.

10. Amendment of Bidding Documents


Before the deadline for submission of bids the Employer may modify the bidding documents by
issuing addenda.

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.

11. Preparation of Bids


Language of Bid is English

12. DOCUMENTS COMPRISING THE BID


The bid submitted by the Bidder in electronic form shall be in two separate parts:

Part I This shall be named Technical Bid and shall comprise of Scanned copy of following
documents

i/ Copy of EMD in the form of CDR/FDR/BG


ii/ Copy of e-challan e-challan (Coloured Copy) indicating the name of work or Tender ID
duly crediting to J&K Bank Account No. 0087010200006174 favoring Executive
Engineer REW, Ramban uploading a copy of e-challan/receipt
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)

i) Copy of Registration Card duly renewed for the current financial year 2025-26.
ii) Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii) Copy of PAN Card and Aadhar Card.
iv) Abandoned Certificate: The contractor have to submit abandoned certificate from the
executive agency that the contractor has not abandoned any work in last 02 years.
v) Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
And following instruments: -
vi) Copy of challan/receipt indicating the name of work and 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 e-challan/receipt
vii) In case if retendered only the CDR can be used again but fresh challan/fee receipt has
to be uploaded.
viii) Affidavit on correctness of information submitted duly attested by NOTARY.
ix) scanned copy of EMD @ 2% of advertised cost should be uploaded with the
technical bid with duly written the name of work and tender id on it.
x) All the documents uploaded by the bidder including fee slip, cdr, affidavits etc. must
be of date between date of issue and bid submission end date.
xi) Performance Security :- Within 03 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.
xii) 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.

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.

Each part shall be separately submitted online


The following documents which are not submitted with the bid will be deemed to be part of the bid.
Section Particulars
1 Notice inviting Tender
2 Instruction to the bidder
3 Conditions of Contract
4 Specifications
5 Drawings

13. Bid Prices


13.1 The Contract shall be for the whole works based on the priced Bill of Quantities submitted by the
Bidder.

13.2 The Bidder shall adopt item rate only.

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.

14 Currencies of Bid and payment.


14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payments
shall be made in India Rupees.

15. Bid Validity


15.1 Bids shall remain valid for a period of (90) days after the deadline date for bid submission.

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. Bid Security


16.1 The bidder shall furnish as part of his Bid, a Bid Security in the amount as shown in Column 6 of the
table of (NIT) for this particular work. This bid security shall be in favour of employer as named in
Appendix and may be in one of the following forms:
a. Deposit-at-call Receipt from any scheduled Indian Bank or a foreign Bank
Located in India and approved by the Reserve Bank of India.
b. Bank Guarantee from any scheduled Indian bank, in the format given in Volume
c. Fixed Deposit Receipt, issued by any Scheduled Indian Bank or a foreign Bank approved by the
Reserve Bank of India.

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

17. Submission of Bids


17.1 The Bidder shall submit separately “Technical Bid” and “Financial Bid”

Technical Bid: to be opened on 26-05-2025 at or after 1100 Hrs in the presence of Evaluation
Committee.
Financial Bid: Shall be opened in case of qualified bidders only.

18. DEADLINE FOR SUBMISSION OF BIDS


Complete Bids (including Technical and Financial) must be submitted online not later than the
24-05-2025 up to 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 Examination of Bids and Determination of Responsiveness


During the detailed evaluation of “Technical Bids”, the Employer will determine whether each Bid(a)
meets the eligibility criteria defined in clause 2 and 4;(b) has been properly signed;(c) is
accompanied by the required securities; and (d) is substantially responsive to the requirements of
the bidding documents.

A subsequently responsive “Financial Bid” is one which conforms 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 bids.

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. Sanjay kumar)
Executive Engineer
REW, Ramban
Signature Not Verified
Digitally signed by MUJEEB AHMED WANI
Date: 2025.05.17 16:51:06 IST
Location: Jammu and Kashmir-JK

You might also like