Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

Tele/Fax- 1995-295138

Email- ceoktda@gmail.com
GOVERNMENT OF JAMMU & KASHMIR
OFFICE OF THE CHIEF EXECUTIVE OFFICER
KISHTWAR DEVELOPMENT AUTHORITY

DISTRICT KISHTWAR

NOTICE INVITING TENDER

E-NIT No: 15 of 2023-24


Dated: 24-07-2023

For and on behalf of Lt. Governor of J&K, UT, Chief Executive Officer Kishtwar Development
Authority Kishtwar invites tenders by e-tendering on percentage basis from registered firms/ eligible contractors
registered with J&K Government for the following work(s).

Estimated Cost of Earnest Time Time and Class of


S. Name of Work Cost documen Money Allowed date of Contrac
No (In lacs) t (in Rs.) for opening of tor
(In Rs) completion tender
1 2 3 4 5 6 7 8
1. Constt. Of Main Door 0.98 600.00 1960.00 30 days 12/08/2023 A, B, C,
of TRC Kishtwar 10:00 AM D

2 Dev, of camping site/ 25.47 600.00 50940.0 30 days 12/08/2023 A, B, C,


creation of tent city at 10:00 AM
Gulabgarh Padder
3 Constt. of View point 10.41 600.00 20820.0 30 days 12/08/2023 A, B, C,
and toilet complex at 10:00 AM D
Sai Draman
4 Constt, of 3 Nos 10.20 600.00 20400.0 30 days 12/08/2023 A, B, C,
ornamental view point 10:00 AM D
in route kishtwar to
padder at Bunjwar
Draba & Lie
Position of funds: - Partially Available
Position of AAA: - Accorded.
1. Date of Publishing:-24-07-2023
2. The Bidding documents can be downloaded from the website http://jktenders.gov.in from 04:00 P.M on
24-07-2023 to 11-08-2023 up to (04:00 PM).
3. The Bids shall be deposited in electronic format on the website http://jktenders.gov.in from 04:00 P.M
on 24-07-2023 to 11-08-2023 up to1600Hrs. The bids received will be opened at 10:00 hrs on 12-08-
2023 online.
4. The original instruments in respect of cost of Documents, EMD and relevant technical bid documents etc
must have to be delivered in the office of Chief Executive Officer Kishtwar Development Authority
Kishtwar by the lowest bidder after opening of financial bid for making the allotment. If the office
happens to be closed on the date of receipt as specified, the Documents will be received on the next
working day.

5. Qualification of the Bidder


In order to qualify, the lowest bidder shall have to provide copies of documents as defined below in
addition to production of original documents.
i) Photocopies of Registration Card duly renewed for the current financial year 2023-24.
ii) Photocopy of valid registration Certificate under GST Act. (Goods and Services Taxes Act.) and
GST-3B Return for the month of May/June 2023.
iii) Photocopy of PAN Card.
iv) The bidder shall provide his e-mail address as well as complete postal address for any future
correspondence regarding the work.
v) Clearance certificate from card issuing authority if registration card is from Kashmir Province.
vi) Affidavit for Correctness of information submitted with the Bid.
vii) In case of electric work Affidavit duly attested by the 1 st class Magistrate/Notary regarding
maintenance for a period of 02 Year from the date of completion.
viii) C.D.R./FDR 2% of the advertised cost from any nationalized/ scheduled Bank pledged to tender opening
authority. Cost of tender document to be deposited through treasury challan/receipt or Bank Deposit
receipt in account NO. 0388040500015171 J&K Bank Branch Dalhasti Kishtwar.

Sd/-
Rishi Kumar Sharma (JKAS) M
Chief Executive Officer
Kishtwar Dev. Authority
Kishtwar
No. e-tenders/KDA/2023-24/189-204
Dated:-24-07-2023
Copy to the;-
1. Secretary to the Government Tourism Department, Civil Secretariat Jammu/Srinagar for favour
of inf.
2. District Development Commissioner, Kishtwar for favour of information.
3. Director Tourism, Jammu for favour of information.
4. Chief Engineer PWD (R&B) Department Jammu for favour of information.
5. Chief Engineer Design Directorate and Quality control for favour of information.
6. Director Financial Tourism Department, Civil Secretariat Jammu for information.
7. Executive Engineer, KDA for information.
8-10 Executive Engineer PWD (R&B) Division Kishtwar/ Chatroo /Marwah.
11-13 Executive Engineer PMGSY Division Kishtwar/Chatroo/ Marwah.
14. President Contractors Association Kishtwar.
15. Notice Board.
16. Office Record.

GENERAL INSTRUCTIONS TO BIDDER


1. Scope of Bid
2. Qualification of the Bidder
In order to qualify, lowest bidder shall have to provide copies of documents as defined below in
addition to production of original documents.
i) Photocopies of Registration Card duly renewed for the current financial year 2023-24
ii) Photocopy of valid registration certificate under GST Act. (Goods and Services Taxes Act.) and GST 3-
B return for the month of May/June 2023.
iii) Photocopy of PAN Card.
iv) The bidder shall provide his e-mail address as well as complete postal address for any future
correspondence regarding the work.
v) In case of electric work Affidavit duly attested by the 1st class Magistrate/Notary regarding
maintenance for a period of 02 Year from the date of completion.
vi) Clearance certificate from card issuing authority if registration card is from Kashmir Province.
vii) Affidavit for Correctness of information submitted with the Bid.
viii)
And following instruments in original:-
ix) C.D.R./FDR 2% of the advertised cost from any nationalized/ scheduled Bank pledged to tender
opening authority. Cost of tender document to be deposited through treasury challan/receipt or Bank
Deposit receipt in account NO. 0388040500015171 J&K Bank Branch Dalhasti Kishtwar.
3. 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 and to be uploaded.
ii. Cost of tender document to be deposited through treasury challan/receipt or Bank Deposit receipt in
account NO. 0388040500015171 J&K Bank Branch Dalhasti Kishtwar and to be uploaded.
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) Scanned copy of Registration Card duly renewed for the current financial year 2023-24
ii) Scanned copy of valid registration certificate under GST Act. (Goods and Services Taxes Act.) and
GST 3B return for the month of April /May 2023
iii) Scanned copy of PAN Card.
iv) The bidder shall provide his e-mail address as well as complete postal address for any future
correspondence regarding the work.
v) In case of electric work Affidavit duly attested by the 1 st class Magistrate/Notary regarding
maintenance for a period of 02 Year from the date of completion.
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:-
4. Bid Prices
4.1 The Contract shall be for the whole works based on the priced Bill of Quantities submitted by the
Bidder.
4.2 The Bidder shall adopt percentage rate method as specified in the B.O.Q.
4.3 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.

GENERAL CONDITIONS

1. 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.
2. 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.
3. In case of any typographical error, if found in the rates, quantities or units etc. the same shall
be corrected and paid as per sanctioned schedule of rates 2012 in vogue with contractor’s
Tender appreciation/depreciation.

4. 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.

5. He will abide by all prevailing labour laws and will be personally responsible for any causality/
eventually/accident during the period of contract.

6. The quantities advertised in the rate list are approximate and based on tentative estimates,
which can be increased or decreased by 5% as per necessity at site.

7. 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 as per reasonability of rates for such item as
per LMR./ as per sanctioned scheduled rates.

8. 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.
9. 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.

10. The watch and ward of all Material/Machinery shall be the responsibility of Contractor/
Agency.
11. 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.
12. Nothing extra shall be paid on account of loading/unloading of material at site of work.
13. 5% deposit to contractor shall be released after six months of the date of the completion on the
report of the AEE 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. Six months.
14. 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 Director Tourism Jammu, the decision of the penalty will also be taken
by the Director Tourism Jammu himself.
15. For any dispute between the contractor and the department, the Director Tourism 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.
16. For any dispute between the contractor and department the jurisdiction of Kishtwar Court will
be applicable.
17. 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.
18. All terms and conditions of NIT/Agreement/ Special conditions lay down in the enclosed Rate
List shall also hold well.
19. 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.
20. Service Tax shall be deducted as applicable under rule.
21. If after opening of tenders, it is found that the rates quoted by the lowest tenderer are less by
15% of the amount, the contractor shall have to provide an additional security of 5% of amount
in shape of CDR/FDR.
22. The Contractor has to complete the work within the time frame as stipulated in the NIT &
Allotment and during the currency of work the progress shall be monitored on month wise as
per the completion schedule to be submitted by the contractor. If during the currency of
contract at any given time the performance of the contractor is not found satisfactory & not
conforming to the completion schedule he shall be served first notice for 7 days & second
notice for 48 hours and 3rd notice for 24 hours to improve his performance and failing which
the contract shall be terminated & work put to fresh tenders at extra risk & cost of the
contractor & also a penalty of Rs. 1000/- per day shall be charged for delay.
23. The Contractor shall arrange the Key construction material on his own from authorized dealers
for the above said work and quality of material shall have to be verified / passed by the
concerned Asstt. Executive Engineer before start of work. The contractor shall have to bid rate
for items of work advertise inclusive of cost of material, carriages, lead lifts, wastages and all
taxes applicable. The approved brand of cement / tar steel are as under:-
i) Cement of Ambuja, ACC, Birlas Plus, & Ultra-Tech.s
ii) Tar Steel of SAIL, TATA TISCON, RashtriyaIspat brand.

24. Earnest Money


a. The bidder shall furnish, as part of the Bid, earnest Money @ 2% of advertised amount in
respect of contractors.
25.2 The earnest money shall, at the Bidder’s option, be in the form of CDR / FDR of a scheduled
commercial bank, pledged in favour of tender opening authority in respect of civil contractors
as under and shall be valid for six months or more after the last date of receipt of bids in
favour as under:-
25.3 Any bid not accompanied by an Earnest Money shall be rejected by the Employer as non-
responsive
25.4 The earnest money of unsuccessful bidders will be returned within 30 days of the end of
the bid validity period.
25.5 The earnest Money of the successful Bidder will be released after successful completion of
the work to be certified by the Engineer- in- charge.

Rishi Kumar Sharma (JKAS),


MARKUM Chief Executive Officer Kishtwar
Dev. Authority
Annexure-A

Affidavit on correctness of Information furnished with the Bid.

Name of
Work___________________________________________________________________________
__________________________________________________________________________________
_____E-NIT No__________________________________________________________________

1. I/We, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/s________________________
have abandoned any work on National Highways in India /any other work of state Government or
central Govt. nor any contract awarded to us for such works have been rescinded, during last five
years prior to the date of this bid.

3. That my/our firm has not been black listed or debarred in any state or central Govt. Department
Neither my/our firm has any history of litigations.

4. In case the contract for the work is awarded in my/our favour I/we shall invest a minimum cash
up to 25% of value of the contract during the implementation of work.

5. I/We authorize the department to seek references from our bankers Name of bank is
_________________Branch _________________Account No.___________________
6. The undersigned hereby authorize (s) and request (s) any bank, person, firm or Corporation to
furnish pertinent information deemed necessary and requested by the Department to verify this
statement or regarding my (our) competence and general reputation.

7. The undersigned understand and agrees that further qualifying information may be requested,
and agrees to furnish any such information at the request of the Department/Project implementing
agency.

8. The undersigned is submitting the bid after conducting site visit assessing site condition as per
NIT, the leads & carriages, the weather condition & by accepting all the condition of tender
documents

I/We solemnly affirm that the information given in the bid is correct to the best of my knowledge
and belief and nothing of any sort has been concealed.

Note: Affidavit to be notarized. ____________________________________

(Signed by an Authorized Officer of the Firm)

Title of Officer

Name of Firm

Signature Not Verified


Digitally signed by Ayaz Ul Haq Zargar
Date: 2023.07.24 14:14:49 IST
Location: Jammu and Kashmir-JK

You might also like