0% found this document useful (0 votes)
7 views

Tendernotice_2-2

The Executive Engineer PWD (R&B) Division Poonch is inviting tenders for various construction projects in the Poonch district, with specific requirements for contractors regarding registration and documentation. Bidders must submit their proposals electronically, including necessary agreements and certifications, and adhere to guidelines for performance security and project specifications. The deadline for bid submission is May 6, 2025, with bids to be opened on May 7, 2025.

Uploaded by

techburst90
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)
7 views

Tendernotice_2-2

The Executive Engineer PWD (R&B) Division Poonch is inviting tenders for various construction projects in the Poonch district, with specific requirements for contractors regarding registration and documentation. Bidders must submit their proposals electronically, including necessary agreements and certifications, and adhere to guidelines for performance security and project specifications. The deadline for bid submission is May 6, 2025, with bids to be opened on May 7, 2025.

Uploaded by

techburst90
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/ 14

OFFICE OF THE EXECUTIVE ENGINEER PWD (R&B) DIVISION POONCH

NOTICE INVITING TENDER


e-NIT No.1/2025-26 dated 16-04-2025
For & on behalf of the Lt. Governor of Jammu & Kashmir Union Territory, the Executive
Engineer PWD(R&B) Division Poonch, as his representative invites tenders by e-
tendering mode from approved and eligible contractors registered with J&K Union
Territory Govt/CPWD/MES for the following works:
Note For MacadamizationWorks:-The bidder who does not own a hot
mix plant should sign an agreement deed with the plant holder from whom he/she is going to
procure bituminous material . The agreement must clearly shown name of work ,NIT No and
complete particulars of the parties entering into the agreement. The agreement copy must
be uploaded with tender document.
S. Name of Work Name of Estimated Cost of Earnest Time Time and Class of Posit
No Division Cost of documen Money Allowed date of Contractor ion
Constructi
t (in Rs) for opening of of
on
(Rs. In lacs)
(In Rs ) complete technical fun
-on bid. ds

1 2 3 4 5 6 7 8 9 10
1 Construction of Additional
Class Room at Girls Middle
School Moh.Kashmiri
Chandak,District Poonch
AB
AAA:- Project Director 41.68 600/- 83360/- 90 Days
Class
Samagra Shiksha,J&K UT
Vide Society Order No : 59-
CHIRAG OF 2025 ,Dated 21-
02-2025
2 Construction of Dilapiated 07-05-2025
Building at Middle School PWD
in the
office of
Tanda,District Poonch Division Executive Appr
AAA:- Project Director Poonch Engineer AB ove
44.00 600/- 88000/- 90 Days PWD(R&B) ,Class
d
Samagra Shiksha,J&K UT Division
Vide Society Order No : 59- Poonch

CHIRAG OF 2025 ,Dated 21-


02-2025
3 Construction of Dilapiated
Building at Primary School
Java Nakka,District Poonch
AAA:- Project Director AB
45.00 600/- 50000/- 90 Days
Class
Samagra Shiksha,J&K UT
Vide Society Order No : 59-
CHIRAG OF 2025 ,Dated 21-
02-2025
4 Construction of Dilapiated
Building at Primary School
AB
Rattan Kathan ,District 45.00 600/- 50000/- 90 Days
Class
Poonch AAA:- Project
Director Samagra Shiksha,
J&K UT Vide Society Order
No : 59-CHIRAG OF 2025
,Dated 21-02-2025
5 Construction of Resource
Room at Girls Middle School
Bhainch,District Poonch
AAA:- Project Director BCD
10.42 600/- 20840/- 45 Days
Class
Samagra Shiksha, J&K UT
Vide Society Order No : 59-
CHIRAG OF 2025 ,Dated 21-
02-2025

Special Condition A :- It is mandatory to mention the name of work , e-Nit No and


name of contractor on Treasury Challan .The Dte on the Treasury Chalan must be after e-Nit
Publish Date.

B.The date of the Earnest Money i.e 2% in shape of CDR,FDR &Affidavit must be
between the date of start of bid and Bid Submission End date) pledged to
Executive Engineer PWD(R&B) Division Poonch.

C. The bidder has mandatory upload scan copy of GST Registration & latest
clearance Certificate Form GsTR-3B of last Month/Quarterly.

D.The date of the Additional Performance Security i.e Unbalanced in shape of


CDR,FDR ,BG should be after the opening date of Financial Bid pledged to
Executive Engineer PWD(R&B) Division Poonch

E. Contractors who have got contractors card Issued from Kashmir , Province , it is
mandatory for them to upload their verification certificate of Crime Branch along with
other qualifying documents failing which their tenders will be declared non-responsive .

F. Registration card issued by PWD (R&B) Department have been preferably renew
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

G.Only for DDC PRI Tenders The work up to an amount of Rs 3.00 lacs
.The bidder must be a resident of the Concerned panchayat in which the work is
located & the bidder upload the certificate of concerned Panchyatto be issued by an
officer not below the rank of Block Development Officer or equivalent. Bidder from an
adjoining panchayat can be considered in case there is no bidder or only one bidder
from the panchayat in which the work falls.

1. Date of publishing: -16-04-2025 from 1800 hrs.


2. The Bidding documents can be downloaded from the website http://jktenders.gov.in
5from 1800 hrs, on 16-04-2025 to 06-5-2025 upto 1600 hrs.
3.
a. The Bids shall be deposited in electronic format on the website
http://jktenders.gov.infrom on 16-04-2025 to 06-05-2025 upto 1600 hours. The bids
received will be opened at 1000 hours on or after 07-05-2025 on line.
b. The complete bidding process will be on line.
c. A Pre-bid meeting will be held on 30-04-2025 at 1200 Hrsin the office of the
Executive Engineer PWD(R&B) Division Poonch, to clarify the issues and to answer
question on any matter that may be raised
d. Technical bids of bidders shall be opened on line in the office of Executive Engineer
PWD(R&B) Division Poonch on or after 07-05-2025 at 1000 hrs and opening of
financial bid shall be intimated later on
..

4. Bid documents can be seen at and downloaded from the website


http://jktenders.gov.inBid documents contain qualifying criteria for bidder, specifications,
bill of quantities, conditions and other details.
5. The site for the work is available
Bids must be accompanied by bid security and cost of tender Document as
specified in column 5 & 6 of the table payable at Poonch pledged in favour of
Executive Engineer PWD(R&B) Division Poonch. Bid security will have to be in any one
of the forms as specified in the bidding documents and shall have to be valid for six
months or more after last date of receipt of Bid. The cost of downloaded tender
documents in form of Treasury Challan/e–Challan through Treasury indicating Treasury
voucher No. and date and also indicating the name of work duly crediting to 0059-PWD
(Revenue)
6. As per the Govt. Order No. O.M. No./24(2017)-651 Dated 07-06-2018 .

a) Furnishing of hard copies of bids Immediately after submission of e-Tenders is


dispensed with. The same should be obtained only from the bidders who is
declared as L1 after opening of Financial Bids .
b) The cost of the tenders should be collected by introducing e-challan are
simply uploading a copy of necessary treasury challan/ Receipt.
c) Similarly, insisting on actual call deposit receipt , a copy of same dully
pledged tothe concerned department should be uploaded by the tenderers ,
however , before allotting the work are issuing the supply order the original
CDR should be obtained with in 3 days after opening the date of Financial bid
and kept on record .

7. No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or


Administrative duties in any Engineering Department of the U.T 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.
8. Other details can be seen in the bidding documents.

9 Additional Performance Security for Unbalanced bids.


The Successful bidder L1 shall have to deposit an additional performance security in the
shape of CDR/FDR/B.G before award of contract in case the bid of the successful bidder
is found to be unbalanced and the following scale shall apply there to .As per Chief
Engineer Order No .CEJ/Legal/SE/21361-87 Dated 21-01-2023 ,Administration Department
No. PWD-LIT/473/2022-05 Dated 02-01-2023

S.No Percentage of Un Balanced bid viz. Additional Performance Security


Advertised cost on account of Low Rate

1 Upto and including 15% below Nil

2 15% Up to Upto and including 20% below 5.00%


3 20% up toupto and including 25% below 10.00%

4 25% up toupto and including 30% below 15.00%

5 30% &upto more below 20%

10. Instruction to bidders regarding e-tendering process

a. The interested bidder can download the NIT/ bidding document from the website
http://jktenders.gov.in
b. To participate in bidding process, bidders have to get (DSC) “Digital Signature
Certificate” as per Information Technology Act-2000, to participate in online
bidding This certificate will be required for digitally signing the bid bidders can get
above mention digital certificate from any approved vendors. The Bidders, who
already possess valid (DSC) Digital Signature Certificates, need not to procure
new Digital Signature Certificate.
c. The bidders have to submit their bids online in electronic format with Digital
Signature, the bids cannot be uploaded without Digital Signature No Proposal will
be accepted in physical form.
d. Bids will be opened online as per time schedule mentioned in Sl. No.3(d).
e. Before submission of online bids, bidders must ensure that scanned copy of all the
necessary documents have been attached with bid.
f. The department will not be responsible for delay in online what so ever reasons
may be.
g. All the required information for bid must be filled and submitted online

h. After opening of tender /Financial bid the lowest bidder Submitted


Performance security i.e 5% amount of contract value in Shape of
CDR /FDR/BG.2% CDR /FDR will be released in respect of Earnest
Money after submission of 5% Performance Security . The Additional
Performance Security for Unbalance in shape of FDR/CDR/BG and
other relevant documents submitted in the Office of Executive
Engineer PWD(R&B) Division Poonch with in 3 days after opening
date of Financial Bid.

I. Bidders can contact the Executive Engineer PWD (R&B) Division Poonch for any
guidance for getting DSC or any other relevant details in respect of e-tendering
process.
11. The guidelines for submission of bid online can be downloaded from the
website

http://jktenders.gov.in

12. 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.

13. As per Circular No. CEJ/G/9993-10017 dated 04-10-2014 issued by Chief


Engineer, PW (R&B) Department Jammu, and further modified by Chief
Engineer, PW (R&B) Department Jammu’s No CEJ/G/4806-31 Dated 01-07-
2015, qualification criteria required for the work is as under :-

S. Particulars Amount Financial Turnover Similar Nature


No

1 Bituminous Relevant class of Civil contractor / Hot Mix plant Holder can
Work participate in tendering process subject to fulfillment of other
eligibility condition.

A) The bidder who does not own a hot mix plant should sign an
agreement deed with the plant holder from whom he/she is going to
procure bituminous material . The agreement must clearly shown
name of work ,NIT No and complete particulars of the parties entering
into the agreement. The agreement copy must be uploaded with
tender document .
B) Plant
1) Hot Mix Plant, its type, make and capacity.
2) Year of manufacture. The plant should not be more than 15year
old.
C) Machinery
1) Paver Finisher
2) Tipper dumpers/Trucks
3) Road Rollers 8-10 Tonnes .
4) Vibratory Roller
5) Excavators
6) Water tanker
7) Air compressor
8) Bituminous Tank etc.
14. Special Conditions regarding Specifications and Quality control for
Machine laid B.T. Works:-

A) All the components of the work shall be executed strictly as per


specifications laid down in the Ministry of Road transport and Highways
publication “Specifications for road and bridge Works” and amendments made
till date of issuance of N.I.T.
B) Periodic sieve analysis of each type of aggregate and periodic check of
aggregates at the gradation control unit shall be carried out to ensure that the
proportion of the aggregates as specified is complied with.
C) Conducting of mandatory quality control tests for various components of
the advertised work like Thickness tests, tests for impact value, stripping,
flakiness, gradation of aggregates, determination of Binder content in
bituminous mix, tests for density and other tests as prescribed in MORTH as
per frequency recommended therein, during and after execution of the work
will be sole responsibility of the contractor as well as the Correctness of the test
results whether performed in his laboratory or elsewhere.
D) The location of the Hot mix plant of adequate capacity and capable of
yielding a mix of proper and uniform quality, from which bituminous
macadam is to be transported to the site in clean, tarpaulin covered
vehicles/Tippers and shall be so placed that the manufacturing
laying/spreading and rolling temperatures are maintained within the specified
limits.
E) The Bidders have to quote their rates against BOQ amount (Base cost).
However the Advertised cost includes both GST and Base cost as per norms
and shall be incorporated accordingly.
F) Work to be completed within stipulated time as envisaged in the Nit. Any
delay shall invite disciplinary action as per SBD Guidelines against the
agency. In order to achieve the timely targets the work shall be executive in
double shifts as and when required.
G) Work shall be taken up at multiple locations simultaneously

15. As per Letter Issued by the Development Commissioner (Works)


office letter No. PWD/DCW/DB/572-75/22 Dated 20-05-2022 Kindly
peruse your above cited letter no the subject , in this context , you
are here by informed that registered civil contractor with Hot Mix
Plants and other Civil contractors of applicable Class only be
eligible for participating in road macadamization work under all
sector How ever they shall be required to furnish an undertaking
stating therein the Name of work with reference to e-Nit and the
source of procurement of material .The contractor is supposed to
satisfy himself regarding the availability of key equipment and
output capacity of the plant keeping in view the time of
completion of the work

As per the circular issued by Administrative Department vide


endorsement no .PW(R&B)/DCW/PS/558/2021 Dated 01-04-2021 .The
conditions for rectification of damages in riding surface during the
Defect Liability period shall be responsibility of the contractor .

15.1 The tar to be used for macadamization work shall be procured


only from refineries only as per the circular of MORT&H dated
August 24th ,2018

15.2 The defects Liability period shall be governed as per the circular
of MORTH dated April 12th2012 .

16. The rectifications of defects during the defect liability period of 6


Months for Repairs & Renovation works , one year for the Civil new
works .However in case of work where Bituminous thickness is less
than 40 mm the defect liability period is 365 Days .Where the
bituminous work is more than 40 mm thickness the defect liability
period is 36 months .The defect liability period shall be calculated
from certified completion date .

17. 2% CDR /FDR will be released after opening of Financial Bid .

18. 5% amount of contract value as Performance security submitted by


L1 in the office of Executive Engineer PWD(R&B) Division Poonch
after opening of financial bid, in the shape of CDR/BG/FDR from
any nationalized bank . The Performance security shall be
released after defect liability period).

19. Additional performance security for Unbalance bid in shape of


CDR/FDR/BG shall be released after successful completion of the
work .

OTHER RELEVANT INFORMATION:-


1. Position of A.A.A : Accorded
2. Position of T.S. : Accorded .
3 Position of Funds : Approved
Sd/-
No:-R&B/CC/300-303 Executive Engineer
Dated: 15-04-2025 PWD(R&B) Division
Poonch
Copy to the.;-
1. Chief Engineer PW(R&B)DepartmentPir-Panchal Rajouri for information .
2. District Development Commissioner Poonch for favour of information.
3 Superintending Engineer PWD(R&B)Circle –Poonch.
4 HA/CC/HD for information.
GENERAL INSTRUCTIONS TO BIDDERS

The Executive Engineer PWD R and B Division Poonch, as a representative of the Lt.
Governor of Jammu & Kashmir Union Territoryinvites bids by e-tendering mode from
approved and eligible contractors registered with J&K U.T Govt, CPWD, MES upto1000
Hrs on 07-05-2025 produce:

(i) An affidavit that the information furnished with the bid documents is
correct in all respect; and

(ii) Such other certificates as defined in the SBD. Failure to produce the
certificate shall make the bid non-responsive.

(iii) The Bidder must not have any Blood relation/relative with any officer of
PWD Department right from the Chief Engineer to Work Supervisor .

2. Even though the bidders meet the above qualifying criteria, they are subject to
be disqualified if they have:
(i) Made misleading or false representations in the forms, statements,
affidavits duly attested by magistrate 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.

(iii) Participated in the previous bidding for the same work and had quoted
unreasonably high or low bid prices and could not furnish rational
justification for it to the employer.
3 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 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. 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 incharge of work for any guidance relating
to site visit.
6. Bidding Documents
The set of bidding documents comprises the documents listed below;
1 Notice Inviting Tender
2 General Instruction to Bidders
3 Other special conditions
4 Declaration
5 Bill of Quantities
6 Standard form of agreement
a) The bidder is expected to examine carefully all instructions, conditions of
contract, contract date forms, terms and specifications, bill of quantities, forms
and 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.

7. Clarification of Bidding Documents and Pre-bid Meeting


A prospective bidder requiring any clarification of the bidding documents may
notify the Employer in writing or by E-Mail 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.

8. Pre-Bid Meeting. If a pre-bid meeting is to be held, the bidder or his authorized


representative is invited to attend it. As per date, time and address are given in
the Appendix to ITB. The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage. The bidder is
requested to submit any questions in writing or by E-Mail so as to reach the
Employer not later than one week before the meeting. Minutes of the meeting
including the text of the questions raised (without identifying the source of the
inquiry) and the response given will be transmitted without delay to all
purchasers of the bidding documents. Non-attendance at the pre-bid meeting
will not be a cause for disqualification of a bidder.

9. Amendment of Bidding Documents:


Before the deadline for submission of bids the Employer may modify the bidding
documents by issuing addenda. Any addendum thus issued shall be part of the
bidding documents and shall be communicated in writing by registered post or
by E-Mail to all purchasers of the bidding documents. Prospective bidders shall
acknowledge receipt of each addendum by E-Mail to the Employer. 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 in accordance to the dates specified.

10. 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


ii. Copy of Tender Cost in the form of Treasury Challan

(Bidders are advised to use “My Documents” area in their user on jktender e-
Tendering portal to store their following documents which are used in all Tenders
and attach these certificates as Non Statutory documents while submitting their
bids)

1. Copy of Registration Card duly renewed for current financial year


2. Earnest Money
3. Tender document cost
4. Copy of Pan Card
5. Affidavit for correct information duly attested by the Notary
6. GST Registration & latest clearance Certificate Form GsTR-3B of last Month
/Quarter

Part II It shall be named Financial Bid and will be in electronic format comprising of:
i. Bill of quantities/Form of Bid:
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 General Instructions to the bidder
3 Other special Conditions
4 Declaration
5 Bill of quantities
6 Standard for of agreement
11. Bid Prices: The Contract shall be for the whole work as described based on the
priced Bill of Quantities submitted by the Bidder. 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. 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.
12. The unit rates and the prices shall be quoted by the bidder entirely in Indian
Rupees. All payments shall be made in Indian Rupees.
13. Bids shall remain valid for a period of ninety (90) days after the deadline date for
bid submission. A bid valid for a shorter period shall be rejected by the Employer
as non-responsive
14 Earnest money; The bidder shall furnish, as part of the Bid, earnest Money in the
form of Fixed Deposit Receipt /CDR of a scheduled nationalized bank, pledged
in favour of Executive Engineer PWD(R&B) Division Poonch .The FDR/CDR must be
between the date of Start of bid & bid Submission End Date .

15. The Bidder shall submit one set of the Technical Bid comprising of the documents
as described SBD/ General instructions to bidders.

16. The bid shall be submitted /Signed by a person or persons duly authorized to sign
on behalf of the Bidder. All pages of the Bid shall be signed by the person or
persons signing the Bid.

17. The Bid shall contain no additions, except those to comply with instructions issued
by the Employer, or as necessary to correct errors made by the Bidder. In that
case such corrections shall be made by scoring out the cancelled portion,
writing the correction and initialing and dating it by the person or persons signing
the Bid.

18. Submission of Bids:-The Bidder shall submit separately “Technical Bid” and
“Financial Bid”. The Technical Bid: to be opened on 07-05-2025 in the presence
of Evaluation Committee.

Financial Bid: Shall be communicated latter on.


List of Document to be enclosed with the Bidding Document by the intending
bidding are;

1. Copy of Registration Card duly renewed for the current financial year
2. Earnest Money
3. Tender document cost
4. Copy of Pan Card
5. Affidavit for correct information duly attested by the Notary
6. GST Registration & latest clearance Certificate Form GsTR-3B of last Month/
Quarter

Part II:-
It shall be named Financial Bid and will be in electronic format comprising of:
i. Bill of quantities.

7. Deadline for submission of bids. Complete Bids (including Technical and


Financial) must be submitted online not later than the 06-05-2025 upto1600 hrs.

Terms & Conditions of Contract.

The terms and conditions contained in the bidding documents of General


conditions of contract can be seen in the office of the Executive Engineer P.W.D(R&B)
Division Poonch shall be binding in addition to the terms and conditions of the e-NIT and the
specific conditions attached with it which shall be form a part of the agreement to be drawn
by the contractor/agency and shall be binding upon the contractor/agency as soon as the
allotment of the contract is awarded by the competent authority.

The tenderers will please visit the site of work before casting the tender/bid on line. He
will immediately start collection of the material at site within 7 days from the date of issue of
the allotment letter, failing which it will be presumed that the contractor is not interested in
executing the work and the department will be at liberty to take necessary steps for starting
the work including forfeiting the CDR of the said tenderer.

The contractors are advised to quote above/below rates in %age on SSR 2022. Item
rates should be quoted only forthe items where it is advertised. The tenders which do not fulfil
this condition shall be out rightly rejected.
OTHER SPECIAL CONDITIONS.

1. The contractor/firm shall be responsible for any mishap or any other eventuality during construction
work as per workman compensation Act and Authority of payment Act, wherein the
firm/Contractor shall be delayed as Principal Employer.

2. To avoid adversities as mentioned above the firm/contractor shall ensure registration of Insurance
cover to all his man who is deployed on the work for the particular years.

3. In case of early failure of quality of work, the concerned contractor shall be blacklisted/penalized
and this provision should be included in the pre-execution agreement drawn up with the contractor.

4. Bad and defective work will not be accepted even at reduced rates but totally rejected and
redone at the cost of contractor.

5. The contractor/Firm shall be responsible for any mishap or any other eventuality during construction
work as per workman compensation Act and Authority of payment Act, wherein the
firm/Contractor shall be delayed as Principal Employer.

6. The contractor shall provide and maintain during execution of work clear passage including
diversion of traffic and nothing on this account shall be paid to the contractor.

7. The Machinery required for execution of work shall be arranged by the Contractor on his own
resources.

8. The rates quoted by the contractor shall be inclusive of all types of taxes for bringing the material to
site of work.

9. if any item of the work found necessary at site and out side the advertised rate list that shall be paid
as per SSR 2022 with contractor appreciation/Depreciation.

10. If the quantity of item of work deviates from advertised, the same shall be paid as per the rates terms
and condition of the contract.

11. Misconduct/Misbehaviour if any observed during the tender opening/casting process with any
officer/official shall debar the contractor for allotment of work and shall be liable for cancellation of
Registration Card issued by any Department.

12. The successful tenderer shall be responsible for providing all safety measure at site during execution
of works.

13. The department may execute the work left by the contractor at his risk and cost. Any additional
amount involved for execution of work shall be recovered from the contractor.

14. If any error in type or oversight is found that shall be corrected as per the SSR of PWD 2022

15. Any item of work found necessary during execution but outside the rate list shall be paid as per SS of
rates in vogue with the tender appreciation / depreciation.

16. No extra lead, lift or water allowances and carriage of material other than what is advertised in the
rate list shall be allowed.

Sd/-
Executive Engineer
PWD(R&B) Division
Poonch
AFFIDAVIT

1. I, __________________________________S/o D/0 W/o ___________________________R/o


____________________________________ Distt __________________________________ do
here by solemnly affirm and declare as under :-
2. The document/ certificates etc enclosed with the Technical bid are genuine and
have not been tampered of fabricated .
3. That I have not been debarred or black listed by an Govt/ Semi Govt (including
Central & State ) Department .
4. That I have not fallen into litigation with any Govt or semi Govt Department .
5. That my tender /bid shall remain valid for 90 days from the date of opening of
technical bid .
6. That I am not having any Blood relation/relative with any officer in PWD (R&B)
Division Poonch from the Executive Engineer to Work Supervisor.
7. I am not a PRI Member (Sarpanch ,Panch ,BDC ,DDC,& Chairperson )
8. That the information supplied with the tender is correct and nothing has been
concealed and for any misrepresentation of facts I shall be responsible and liable
for action .
9. I have carefully read and understood all the terms and conditions of the tender and
are fully acceptable to me.

Deponent

Verification:-

Verified at ______________ on _________________ that the contents of this

affidavit are true and correct to the best of my knowledge and belief and nothing

has been concealed therein .


Signature Not Verified
Digitally signed by IMTIYAZ AHMED KHAN
Date: 2025.04.15 13:04:33 IST
Location: Jammu and Kashmir-JK

You might also like