GOVT OF JAMMU & KASHMIR JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION Exhibition Grounds, SRINAGAR, TEL NO:0194-2500071 FAX: 2500145. CAMP OFFFICE: ASHOK NAGAR, SATWARI, JAMMU, TEL NO:0191-2430548 FAX:2434503. Office of the Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan. e-mail:- xencmdsvp@jkspdcl.com e-nit No 11 0f 2017 CMD/SVP/K/ 11 of 2017 D a t e d:- 28/02/2017 For and on behalf of Managing Director Jammu & Kashmir State Power Development Corporation Limited e-tenders (in single cover) for emergency works are invited on itemized rates from Registered PWD Contractors of appropriate classes of J&K State for the following work:- S No. Name of work. 01 Renovation of water conductor of M.H.P Pahalgam by way of Providing cement concrete work and plastering at various damaged spots R.D 1147Mm to RD 1323m 02 Renovation of Slit ejector of M.H.P Pahalgam by way of Providing cement concrete work and plastering at various damaged spots R.D Rd 500m to RD 600m. Approx. Cost. Rs 4.16 lacs Rs. 1.42 lacs Earnest money. Class of Contract or Rs 8320. C& D Class Time of completi on Cost of Tender Docume nt 10 Days Rs 300. Rs 2840. DEE Class 05 Days Rs 200. The bidding documents consisting of BOQ (bill of quantities), set of terms and conditions of the contract and other details can be seen / downloaded from the Departmental Website www.jktenders.gov.in Date and time schedule for e-nit: Date of issue of Notice Inviting Tenders. 28-02-2017. Document download start date 02-03-2017. 1000 hours Document download end date 11-03 -2017. 1800 hours Bid submission start date. 04-03-2017. 1000 hours Bid submission end date. 11-03-2017 up to 1800 hours.
Deadline for receiving the hard copies 13-03-2017 up to 1300 hours. (original DD, EMD, Regd. No, PAN card & TIN No). Date & time of opening of Bids (on line). 14-03-2017 at 1100 hours. Bids must be accompanied with cost of the tender documents in the shape of demand draft in favour of Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan. (Tender Inviting Authority) and earnest money / bid security in the shape of CDR pledged to The Executive Engineer, CMD SVP Kangan The date and time of opening of bids shall be notified on website www.jktenders.gov.in / www.jkspdc.nic.in and conveyed to bidders automatically through an e- mail message on their e-mail addresses. The bids of responsive bidders shall be opened on same website in the Office of the Chief Engineer Civil Investigation and Design Wing, PDC Bemina, Srinagar on the scheduled dates and time. The bids for the work shall remain valid for a period of 120 days from the date of opening of bids. The earnest money shall be forfeited if: Any bidder/ tenderer with-draws his bid / tender during the period of bid validity or makes any modification in the terms and conditions of the bid. Failure of successful bidder to furnish the required performance security within the specified time. Failure of successful bidder to execute the agreement within 28 days after fixation of contract. Note: - Cement to be used Ambuja Cement. Steel shall be from (SAIL). Rates to be quoted shall be inclusive of all materials, cement / steel / aggregate etc. and all Taxes in vogue in the State. No escalation will be paid to the agency on the allotted rates under whatever conditions. No claim will be entertained on account of pumping / diversion etc. Instructions to bidders regarding e-tendering process: Bidders are advised to download bid submission manual from the Downloads option form Bidders Manual Kit on website www.jktenders.gov.in / www.jkspdc.nic.in acquaint bid submission process. To participate in bidding process, bidders have to get Digital Signature Certificate (DSC) Information Technology Act-2000. Bidders can get Digital Certificate from any approved vendor. The bidders have to submit their bids online in electronic format with digital signature. No bid shall be accepted in physical form. Bids will be opened online as per time and schedule mentioned in para-01 above. Bidders must ensure to upload scanned copy of all necessary documents with the bid. The original / photo copies of documents related to the bid should be submitted physically / by registered post or through courier before the date specified in para-01 above. To scan all the documents on PDF with Black & White option. The Corporation will not be responsible for delay in online submission due to any reason.
Scanned copies of tender documents and Demand Drafts in favour of Executive Engineer Civil Maintenance Division, Sindh Valley Projects Kangan (Tender Inviting Authority) and earnest money in the shape of CDR pledged to The Executive Engineer, CMD SVP Kangan. is the Tender Opening Authority for the work advertised in this e-nit) must be uploaded with the documents of bid. The original Demand Draft as cost of tender document, CDR as earnest money / bid security and relevant bid documents (attested copies of Registration cert s, Tin No, PAN card s etc.) for the work may either reach to the Office of The Executive Engineer, CMD SVP Kangan., or to the Office of the Asstt. Executive Engineer Civil Maintenance Division, Pahalgam, as convenient to the bidder, by registered post /courier / by hand, before due date of its submission as per date and time schedule as specified above in para-01 Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they should attempt to make similar BOQ manually. The BOQ downloaded should be used for filling the items inclusive of all taxes and it should be saved with the same name as it contains. In case any date out of time schedule specified in the N.I.T. being a holiday or so the respective date will be considered on next official working day. Performance security: In case of lowest bid value is below the advertised cost, following additional performance security in the shape of CDR, shall have to be deposited by the lowest bidder within 7 days from the date of intimation. Up to 15% below the advertised cost = Nil Beyond 15% up to 20% below the advertised cost = 3% Beyond 20% up to 25% below the advertised cost = 3.5% Beyond 25% up to 30% below the advertised cost = 4% Beyond 30% below the advertised cost = 5% Page-4 In case of failure to deposit the additional performance security within the stipulated period, earnest money shall be forfeited and tender be considered as invalid and rejected. The performance security deposited shall be released after successful completion of work. 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 included price escalation and all taxes up-to completion of work. Deduction on account of taxes shall be made from the bills of the contract on gross amount of the bill as per the rates prevailing at the time of recovery. No escalation is payable in respect of the instant contract. Bidders are advised to use My Documents in their user on JKSPDC e- tendering portal to store documents as are required. Nothing extra shall be paid on account of deviation, maintenance of service roads,diversion of irrigation khuls, etc. For and on behalf of Managing Director JKSPDC. No: CMD/ SVP/ K/1220-38 Dated:-28-02-2017 Executive Engineer, CMD SVPKangan.
Copy for information to the:- 01 Managing Director, J&K State Power Development Corporation. 02. Executive Director, (Civil) Jammu & Kashmir State Power Development Corporation. 03. Director Finance, J&K State Power Development Corporation. 04. Chief Engineer, Civil Investigation and Design Wing, PDC, Bemina, Srinagar. 05. Chief Executive Officer Pahalgam Development Authority Pahalgam. 06. Chief Engineer, Generation Wing, PDC, Bemina, Srinagar. 07-12 Chief Engineer, R&B, Irrigation, PHE, UEED, PMGSY and ERA Srinagar. 13. Chief Geologist, J&K State Power Development Corporation, Jammu. 14. (Assistant Manager IT JKSPDC), Srinagar with the request to upload the NIT on the official web site of JKSPDC. 15. Director Information, J&K Government, Srinagar, along with three spare copies, with the request that the Fresh e-nit may kindly be got published in two local leading dailies at an earliest for wider publicity. 16. Kashmir advertising Service Srinagar for information and necessary action. He is requested to get the Fresh e-nit broadcasted in the air for wide publicity through the commercial service of Radio Kashmir Srinagar. 17 Chief Pay and Accounts Officer Srinagar for information. 18 Assistant Executive Engineer, Civil Sub Division MHP Pahalgam. 19 Notice Board. Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan.
Terms and conditions 1. The intending tenderers in their own interest are advised to inspect/visit the site of work before quoting their rates for the job. 2. The work shall have to be started immediately on the short notice or the letter of intent/allotment order whichever is earlier, is issued. 3. The work shall have to be completed within the stipulated time mention in the original NIT as the time of the completion is essence of the contract. 4. In case the contractor/s.h.g. to whom the contract will be awarded will fail to start /complete the work within the stimulated period, the work shall be got executed through other agency at his risk and cost, apart from forfeiting the CDR /demand draft and simultaneously the black listing of agency will be recommended to higher authorities. 5. In case the work or part thereof not found up to mark as per specifications, drawings and design or its progress is not found satisfactory at any stage, the department shall be at liberty to cancel the contract and get the work executed through some other agency purely at the risk and cost of the defaulting agency. 6. No escalation/increase in allotted rates shall be allowed on any account.however any item not covered in the estimate but found necessary during the execution of the work shall be paid as per the latest sanctioned scheduled of rates of 2012 and items of work of work no covered by the sanctioned scheduled of rates shall be paid in Lowest Market Rates to be arrived at reasonable /analyzed. 7. The quantum of work advertised, being tentative, shall be subject to increase or decrease up to 25% depending up on the actual requirement at site. 8. No compensation shall be paid in the event of any damage to the work done by the contractor as a result of any natural calamity such as floods, cloud burst, landslides etc. 9. The successful contractor/s.h.g. shall have to provide his own watch and ward of his materials, T&P and machinery etc. In case of any theft or loss the department shall not be responsible. 10. The work shall have to be executed strictly in accordance with the specification laid down in the estimates and as per the instruction of the Engineer in charge of the work. 11. In case of any dispute arising during the course of execution of this work, the matter shall be referred to the Chief Engineer CI&D Wing PDC Bemina Sgr. whose orders/decision shall be final and binding upon the parties.further the courts at Srinagar only shall be the jurisdiction to decide any dispute under the state Arbitration Act. 12. The funds for the job/work stands demanded and accordingly the release of payment shall depend upon availability/allotment of funds. The contractor/s.h.g.shall not force the department for release of payment in absence of availability/allotment of funds.
13. 90% payment shall be released against successful completion of the work and balance10% shall be released only after guarantee period of six months is over after fulfillment of all codal formalities. 14. As soon as letter of intent/acceptance of rates is communicated to the successful renderer, all the terms and conditions as stipulated above together with those as contemplated in standardized tender document of PDC and PWD from No:25 (double) shall get enforced even in absence of issuance of formal allotment order. 15. The contractor/s.h.g. shall have to execute an agreement with the department within 3 days from the date of issue of formal allotment order on PWD form No.25 (double).till such time all the terms and conditions as contemplated in the said form together with those as stipulated in standardized tender document of PDC, shall remain same and apply to those contracts. 16. No extension in time limit shall be granted. The contractor/s.h.g. shall devise his time schedule such that timely completion of the work is ensured. 17. Income tax or any other tax presently in vogue or any increase thereof during currency of the contract shall be deducted at source from the dues of the agency. 18. Maintenance of haul road and making approaches to the working site will be responsibility of the agency to whom the contract will be awarded. 19. All other terms and conditions shall remain same as laid down in PWD form No.25 (double) and those prevailing in the corporation. 20. Penalty up to 20% of the cost of work shall be imposed to executing agency if he fails to complete the work/s within stipulated period. 21. In case the rates quoted for the work/s by successful Tenderer are 10% below the advertised rates he should be bound to deposit additional performance security in the shape of CDR at the rates prevailing in the Corporation within seven days from the date of intimation to him. Otherwise his tender/s shall be rejected and CDR forfeited. 22. The tenders shall not be accepted without CDR S equivalent to 2%/1% of the advertised cost for PWD registered constructors/s.h.g. No cheque or cash will be accepted respectively. 23. The agencies shall quote the rates both in words as well as in figures against each item. Executive Engineer, Civil Maintenance Division, Sindh Valley Projects Kangan