0% found this document useful (0 votes)
18 views5 pages

04 Kul

The document outlines a Notice Inviting Tender (NIT) for various construction works under the Government of Jammu & Kashmir, inviting bids from approved contractors for projects costing below Rs. 250 Lacs. It includes details on the bidding process, eligibility criteria, required documentation, and conditions for bid submission and contract execution. The tender documents can be downloaded from the official website, and bids must be submitted online by the specified deadlines.

Uploaded by

dar fazil
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)
18 views5 pages

04 Kul

The document outlines a Notice Inviting Tender (NIT) for various construction works under the Government of Jammu & Kashmir, inviting bids from approved contractors for projects costing below Rs. 250 Lacs. It includes details on the bidding process, eligibility criteria, required documentation, and conditions for bid submission and contract execution. The tender documents can be downloaded from the official website, and bids must be submitted online by the specified deadlines.

Uploaded by

dar fazil
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/ 5

(Draft NIT under Single Cover System) Applicable for

works costing below Rs. 250.00 Lacs)


Government of Jammu & Kashmir
OFFICE OF THE EXECUTIVE ENGINEER R&B DIVISION KULGAM
NIT No 04/2025-26/RnB/Kul/e-tendering/ 1002-12 dated 06-05-2025
For and on behalf of the Lt. Governor, Union Territory of J&K e-tenders are invited on %age basis from approved and
Eligible Contractors registered with J&K Govt. CPWD, Railways and other State/Central Governments for each of the
following works:-:
Contract GST Amount
Cost (Rs. (Rs. in Cost of
S. No Name of Work Adv. Cost T/Doc. Earnest Money(In Rs. ) Time of Class of Major Head ofAccount AA authority No. date ProjectAuthority
in Lacs) Lacs)
(Rs. In Lacs) (In Rs.) completion Contractor

59-CHIRAG of 2025 dated


Construction of ACR Director
45 Aay & PAB 2024-25 21-02-2025
1 (02 Room) at High 35.54 30.12 5.42 1100 71080 Samagra
days Bee (SAMAGRA) TS No: 02/DB/TS/2025
School Banimullah Shiksha
dated 18-04-2025
Construction of ACR 59-CHIRAG of 2025 dated
25 21-02-2025 Director
(01 Room) at High Bee & PAB 2024-25
2 17.888 15.160 2.728 800 35776
days (SAMAGRA) Samagra
School Chadder Cee TS No: 14/DB/TS/2025
Shiksha
Under dated 18-04-2025
Construction of ACR 59-CHIRAG of 2025 dated
20 21-02-2025 Director
(01 Room) at High Bee & PAB 2024-25
3 17.823 15.105 2.718 800 35646 Samagra
School Lammer days Cee (SAMAGRA) TS No: 03/DB/TS/2025
Shiksha
Devsar dated 18-04-2025
Construction of 79-CHIRAG of 2025 dated
30 10-03-2025 Director
Library Room at High 24.559 Bee & PAB 2024-25
4 20.813 3.746 800 49118 Samagra
School Nowpora days Cee (SAMAGRA) TS No: 05/DB/TS/2025
Shiksha
NPKP dated 18-04-2025
Construction of
Resource Room at 59-CHIRAG of 2025 dated
Bee 21-02-2025 Director
Govt. Middle School 20 PAB 2024-25
5 10.418 8.829 1.589 600 20836
days
Cee &
(SAMAGRA) Samagra
Wanigund Dee TS No: 04/DB/TS/2025
Shiksha
Educational Zone dated 18-04-2025
Qaimoh
46-HME of 2013 dated 17-
01-2013 Health &
Construction of Sub
& No: DSHK/Plg/624-27 Medical
District Hospital at 45
6 89.838 76.134 13.704 1600 179676
days
Aay Health dated 15-03-2025 Education
Qaimoh Kulgam T.S No: SE Deptt.
(Left over Works) (R&B)/Kul/TS/01 of 2025- Kashmir
26 dated 23-04-2025
1. The Bidding documents consisting of qualifying information, eligibility criteria, specifications, Drawings, bill of
quantities (B.O.Q), Set of terms and conditions of contract and other details can be seen/downloaded from the
departmental website www.jktenders.gov.in as per schedule of dates given below:-
S. No. P a rt ic u la r s Dat ed
1 Date of Issue of Tender r Notice. -05-2025
From 07-05-2025 ( 1 0 : 00 AM)
2 Period of Downloading of bi dder documents
To 27-05-2025 ( 04 : 00 PM)

3 B id s ub mis sion Sta rt Da te From 07-05-2025 ( 1 0 : 00 AM)

4 B id S u b m is s i o n End Date To 27-05-2025 ( 04 : 00 PM)

28- 05 -2025 (11.00 AM)


6 Date and t time of opening of bid ( o nline)
I n the of f i c e of E xe cu t i ve E n gi ne er PW D R n B
Di vi s i on K ulg am

1. Bids must be accompanied with cost of Tender document in shape of Treasury Receipt credited to MH
0059-Rev:Misc: pledged to Executive Engineer (R&B) Division Kulgam (Tender Inviting Authority) and
Earnest money / Bid security in shape of CDR / FDR pledged to Executive Engineer (R&B) Division Kulgam
(tender receiving authority).–Refer Govt: order No: O.M. No. A/24(2017)-651 Dated:- 07-06-2018.
However the Date of uploaded treasury Receipt, must be in between the date of start of bid and Bid Submission End date, and
CDR/FDR/BG’s older than 06 months on the date of submission will not be entertained.
2. Earnest Monty (2% of the Advertised cost) from all the bidders in the shape of CDR/FDR at the time of
tendering and 5 % performance security of the allotted cost in shape of CDR/FDR/BG by the Successful
Bidder). The same shall be released 6 0 d a y s after successful completion of the Defect Liability Period of
the work. The EMD 2% of successful bidders shall be released after receipt of 5 % Performance Security)
vide Chief Engineer (R&B) Kashmir, Srinagar’s Circular No: CE/RBK/HD/32857-72 dated 01-01-2022
3. The date and time of opening of Bids shall be notified on Web Site www.jktenders.gov.in and conveyed to the bidders
automatically through an e-mail message on their e-mail address. The bids of Responsive bidders shall be opened
online on same Web Site in the Office of Executive Engineer (R&B) Division /Kulgam(tender receiving authority).
4. The bids for the work shall remain valid for a period of 120 days from the date of opening oftechnical bids
5. The earnest money shall be forfeited, If:-
a. Any bidder/ tenderer withdraw his bid/ tender during the period of bid validity or make 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.
6. Instruction to bidders regarding e-tendering process.
8.1. Bidders are advised to download bid submission manual from the "Downloads" option as well as from
"Bidders Manual Kit" on website www.jktenders.gov.into acquaint bid submission process.
8.2. 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 approvedVendor.
8.3. The bidders have to submit their bids online in electronic format with digital Signature. No bid will
be accepted in physical form.
8.4. Bids will be opened online as per time schedule mentioned in Para-1.
8.5. Bidders must ensure to upload scanned copy of all necessary documents with the bid.

8.6. Bidders must ensure to upload scanned copy of all necessary documents including Treasury
receipt, GST clearance in soft copies with the technical bid. However before allotting the work
or issuing the supply order the original documents/CDR shouldbe obtained and kept on record..
8.7. The earnest money in favour of unsuccessful/ Non-responsive bidders shall be released only after
ensuring submission of Treasury Receipt
Note: - Scan all the documents on 100 dpi with black and white option.
9. The department will not be responsible for delay in online submission due to any reasons.
10. Scanned copy of cost of tender document in shape of Treasury Receipt credited to MH 0059-Rev:Misc:
and Earnest Money / Bid Security in shape of CDR/FDR/ if applicable pledged to Executive Engineer (R&B) Division
/Kulgam must be uploaded with the documents of the bid. Refer Govt: order No: O.M. No. A/24(2017)-651
Dated:- 07-06-2018
11. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no casethey
should attempt to create similar BOQ manually. The BOQ downloaded should be usedfor filling the
item rate inclusive of all taxes and it should be saved with the same name as itcontains.
12. Price escalation and Taxes:- 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, unless otherwise specified. 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.
13. Bidders are advised to use "My Documents" area in their user on R&B e-Tendering portal to store
such documents as are required.
14. In case of CRF and any other specified project. the relevant guidelines / standardbidding
document shall be followed.

16. Instructions to Bidder (ITB)


16.1 All bidders shall upload the following information and documents with their bids: -
a. Copies of original documents defining constitution/ legal status, place of registration andprincipal place of
Business. (Latest Renewal)
b. Scanned Copy of PAN card, GST Registration and latest clearance certificate FORM GSTR-3B i.e. latest clearance
certificate FORM GSTR-3B of the preceding Month/ preceding quarter to the issue of NIT .
Illustrations:-
c. For the NIT issued in May, 2025, the bidder has to upload the latest Clearance certificate FORM GSTR-3B of the
previous Quarter i.e Jan-March 2025 previous Months i.e March/April 2025
d. Registration Card Verification from the competent authority by whom Registration Card is issued. However:
The Digitally issued Registration Cards of J&K Public Works Department shall be verified at
htps://jkpwdoms.jk.gov.in hence forth.
16.2. The bidder at his own responsibility and risk should visit and examine the site of work and its
surroundings before submission of bid.
16.3. Non-attendance of pre-bid meeting will not be cause of disqualification of the bidder.
16.4. All documents relating to the bid shall be in the English Language.
17. If the bidder does not quote rate for any item of the rate list/quantity schedule, cost of such item/ items shall
be deemed to be part of the overall total contract value. No rate shall be allowed for such item / items in the
allotment of contract.
18. General Conditions of Contract:-
18.2. The date of start of the work shall be reckoned within one week from the date of issuance ofLOI/Contract
allotment as the case may be.
18.3. Penalty for delay in completion:-In case of delay in completion of work beyond stipulated periodof completion, penalty
upto maximum of 10% of the contract shall be imposed.
18.4. Time extension:-Suitable time extension shall be granted in case of increase in scope of work andin the
event of delay beyond control of contractor to be determined by the department.
18.5. Advance Payments:-No mobilization advance/equipment advance shall be paid unless otherwisespecified in
the SBD.
18.6. Secured Advance:- No secured advance is admissible unless otherwise specified. .
18.7. Schedule of Payment:-The payment schedule shall be fixed after award of contract in favour ofsuccessful
bidder, on the basis of availability of funds and value of work executed, shall be determined by the
Engineer.
18.8. Amendment of bidding document:-Before the deadline for submission of bids the employer may
modify the bidding documents by issuing Addenda.
18.9. The tender receiving authority reserves the right to accept or reject any tender or all
tenders without assigning any reason thereof.
18.10. Restoration of work:- On completion of contract the contractor shall be responsible to remove all
un-used material and restore all work in its original position at his own cost.
18.11. 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.
18.12. 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-1997.
18.13. The date of start of work shall be reckoned within seven days from the date of issuance of allotment/ Letter of
Intent. In case the agency fails to execute the work, the deposits in the shape of CDR and Additional performance
guarantee shall be liable for forfeiture besides initiating other punitive actions against the
defaulter without serving any notice
18.14. ALL KEY CONSTRUCTION MATERIAL shall have to be strictly as per prescribed specifications and approval of
the engineer In-charge.
18.15. In case the materials are not available with the department, the contractor shall have to arrange the same at his own and
this shall have no bearing on the stipulated date of completion and other terms and conditions of the contract.
Note:-
(i) The maintenance liability will not include damages caused due to natural calamities like floods, earthquakes etc.
not damages caused due to the damaged/ leaking water supply pipelines.
(ii) Any road cut conducted authorized or un-authorized by any Govt. Department/ Private Enterprises/ person
shall not be the responsibility of the agency and will not be considered an defect of the work.
(iii) Any other damages caused to the road surface by movement of any heavy machinery shall not be the
responsibility of the contractor. Any such damages shall have to be brought to the notice of the department by
the concerned field units/ contractor within a period of fifteen days with substantial evidence to corroborate the
reason of such damages.
18.16. The Defect Liability Period for the work shall be 12 Months for Sl. No: 01 to 05 and 18 months for Sl. No
06 the Security deposit/ Normal Deposit/ CDR shall be released only 60 days after successful completion of
D.L.P.
18.17. Failure on part of the contractor to fulfill his obligations of maintenance schedules shall result inforfeiture
of the deposits held for this purpose as well as the CDR for this work.
18.18. Safety:- The contractor shall be responsible for safety of all activities at site of work.
18.19. Discoveries:- Anything of historical or other interest or of significant value unexpectedly discovered on thesite shall be
the property of the Govt.
18.20. Tests:-The contractor shall be solely responsible for carrying out the mandatory tests required for thequality
control at his own cost.
18.21. Termination:- The employer may terminate the contract if the contractor causes a fundamental breach ofthe contract.
18.22. Fundamental breach of contract will include:-

18.22.1. Continuous stoppage of Work for a period of 30 days without authorization of Engineer in-charge.

18.22.2. Contractor is declared bankrupt.

18.22.3. Any evidence of involvement of contractor in corrupt practices.

18.22.4. If the contractor indulges in willful disregard of the quality control measures put in place by the department.

18.22.5. In order to maintain the quality of material as per the specification the contractor would be the wholly and solly
responsible.

18.22.6. Contractor delays the completion of work beyond stipulated time of completion.

18.22.7. Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite
freshtender for the balance work at the risk and cost of defaulting contractor
18.22.8. If in case contractor failed to start/ complete the work, within the stipulated time period, his
CDR/Earnest money shall be forfeited after termination of the contract. Besides, defaulting contractor shall be
debarred from taking works in (R&B) Department at least for one Year.
18.23. Major Labour Laws applicable to establishment engaged in building and otherconstruction
Work:-
18.23.1. Workmen compensation act 1923.
18.23.2. Payment of Gratuity Act 1972.
18.23.3. Employees P.F. and Miscellaneous Provision Act 1952.
18.23.4. Maternity Benefits Act 1951.
18.23.5. Contract Labour (Regulation & Abolition) Act 1970.
18.23.6. Minimum Wages Act 1948.
18.23.7. Payment of Wages Act 1936.
18.23.8. Equal remuneration Act 1979.
18.23.9. Payment of bonus Act 1965.
18.23.10. Industrial disputes Act 1947.
18.23.11. Industrial employment standing orders Act 1946.
18.23.12. Trade Union Act 1926.
18.23.13. Child Labour (Prohibition & Regulation) Act 1986.
18.23.14. Inter State Migrant workmen's(Regulation of employment & Conditions of service)Act 1979.
18.23.15. The Building and other Construction workers (Regulation of employment and Condition of service)Act
1996 and the Census Act of 1996.
18.23.16. Factories Act 1948.
18.23.17. Compliance with Labour Regulation Laws of J&K State.
18.24. Specification/Quality Control:-All items of works shall conform to specifications as perIRC/ MORTH/
NBO/ CPWD/ SSR/ Any other prescribed specifications.
18.25. Insurance:- Insurance cover to Labour / Machinery / Work / Plant material / Equipment by thecontractor
shall be mandatory.
18.26.Laws Governing the Contract:-The contract shall be governed by Laws of the land.
18.27. Court’s Jurisdiction:-In case of any disputes/differences between contractor and Department thejurisdiction shall be
J&K State.

18.28.Time Extension:-
18.28.1. The work is to be completed within the time limit specified in the NIT and the time of completion will also
increase / decrease in proportion with additional / deleted quantum of work depending upon the actual quantum
of work.
18.28.2. 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.
18.28.3. 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. Any other cause which in the absolute discretion of the accepting authorityis beyond the contractor’s
desire.
18.28.4. 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.
18.28.5. Extension of time shall be also admissible in the event of temporary suspension of work.
19. The tender / bid is liable to rejection if it does not fulfill the requirements as laid down in NIT.
20. All other terms conditions are as per PWD Form 25 (Double agreement Form)

Executive Engineer
(R&B) Division Kulgam
Copy to the: -
1. Chief Engineer PW (R&B) Department Kashmir, Anantnag for favour of information
2. District Development Commissioner Kulgam for information.
3. Superintending Engineer PWD (R&B) Circle, Kulgam for information.
4. District Treasury Officer Kulgam for favour of information.
5. Assistant Executive Engineer (R&B) Sub Division Devsar for information.
6. Head Draftsman, Divisional Office for information.
8 I/C Computer Section Divisional office for publication in website www.jktenders.gov.in
09. President Contractor Association Kulgam/Anantnag/Srinagar for information.
10. Notice Board.

Signature Not Verified


Digitally signed by Zubeeda Akther
Date: 2025.05.06 14:38:39 IST
Location: Jammu and Kashmir-JK

You might also like