A GOVERNMENT OF JAMMU & KASHMIR ENTERPRISE GOVERNMENT OF JAMMU & KASHMIR J&K STATE POWER DEVELOPMENT CORPORATION OFFICE OF THE EXECUTIVE ENGINEER CIVIL CONSTRUCTION DIVISION UJH HEP (RAJ Bagh) KATHUA. Email: xenssdujh@gmail.com NOTICE INVITING FRESH TENDER NIT No: 02 of 2013 Dated: - 19-02-2013. For and on behalf of Managing Director J&K state Power Development Corporation, fresh sealed tenders in prescribed format, affixed with revenue stamps worth Rupees six, are invited by the Executive Engineer, Civil Construction Division Ujh HEP Kathua, (urgency due to breach in the Water Conductor) on Item rate basis, from approved and eligible Contractors registered with J&K State Govt. / CPWD / MES and railways for the following work. S # Name of work Name of division Estimated cost of constructio n (` in Lacs) Cost of document (in Rupees `) Earnest money @ 2% (` in Rupees) Time allowed for completio n Time and date of openin g of tender Class of contractor Head account 1 2 3 4 5 6 7 8 9 10 1 Restoration of damaged RCC CCD UJH 26.24 1500/= 52480/= 45 days (Construct As per details A B & C 4801 Wall on right HEP ion of below side of water Kathua RCC conductor Walls =25 days and rectangular 45 days section from for whole RD 2470- RD work) 2490 M of Sewa-III HEP Mashka Basohli, Distt Kathua of Location: Village Mashka, Tehsil Basohli, District Kathua approximately 135 KMs from Kathua. Earnest Money: 2% of advertized cost of Work. Class of Contractor: A B & C Time of Completion: 45 days (Construction of RCC Walls =25 days and 45 days for whole work) The tender documents can either be obtained from the office of the Executive Engineer, Civil Construction Division Ujh HEP Kathua, w.e.f 21-02-2013 to 07-03- 2013 during office hours on production of photocopy of Registration Card duly renewed for the current financial year along with Demand Draft of Rs.1500/=(Rupees one thousand five hundred only) pledged to Chief Pay and Accounts Officer JKSPDC Jammu or can be downloaded from the official website of JKSPDC i.e.www.jkspdc.nic.com.the cost of downloaded tender documents shall have to be deposited in shape of Demand draft of the requisite amount pledged to Chief Pay and Accounts Officer JKSPDC Jammu and shall have to be submitted in envelope-i of the tender document. The tender duly filled should reach in the office of the Chief Engineer CI&D
Wing JKSPDC Trikuta Nagar sector 3 Extension Khullar Market Jammu on or before 14-03-2013 up to 2PM by registered post /courier only. Technical bids shall be opened on the same day or any other date convenient to the tender opening authority in presence of the Contractors/their representatives who may like to be present. All other terms and Conditions can be seen in the office of the undersigned on any working day during the office hours. Position of funds Position of AAA Position of Technical sanction. Available. Submitted. Under process. No:-CCD/Ujh/ Dated: - 02-2013. Executive Engineer, Civil Construction Division, Ujh HEP Kathua. Copy to the:- 1. Managing Director JKSPDC Jammu for his kind information please. 2. Executive Director JKSPDC Jammu for information please. 3. Director Finance JKSPDC Jammu for information please. 4. Chief Engineer CI&D Wing JKSPDC for information please. 5. District Development Commissioner Kathua for information please. 6. Superintending Engineer Hydraulic Circle Kathua for information please. 7. Company Secretary JKSPDC Jammu with a request to upload the NIT on JKSPDC website at an earliest please. (File upload request form is enclosed.) 8. Executive Engineer I&FC Division Kathua for information please. 9. Executive Engineer R&B Division Basohli/ Kathua for information pleas. 10. President Contractor s Association Basohli/Kathua for information. 11. Joint Director Information Department Jammu along with 02 Copies of NIT for its publication in 03 prominent dailies repeatedly for two days. 12. Deputy Labour Commissioner Kathua. 13. Chief Pay and Accounts Officer JKSPDC Jammu. 14. Tender Notice Board. 15. Office Copy. Executive Engineer, Civil Construction Division, Ujh HEP Kathua
ELIGIBILITY CRITERIA FOR QUALIFICATION ENVELOP-I For the purpose of this Contract tenders should meet the following qualification criteria s on minimum. 1. Qualification of the Bidder In order to qualify, all bidders shall provide copies of documents as defined below: - i) Attested photocopy of Registration card duly renewed for the current financial year 2012-13. ii) Attested photocopy of valid sale tax certificate issued from the Sale Tax Department. iii) iv) Attested photocopy of PAN CARD. Earnest money @ 2% of advertized amount in shape of FDR/CDR as per amount mentioned in the NIT (Refundable) from any nationalized / scheduled bank should be pledged to Chief Pay & Accounts officer JKSPDC Jammu v) Cost of tender documents (non-refundable) in the shape of Demand draft of 1500/- from any nationalized / scheduled bank shall be pledged to Chief pay & Accounts officer PDC Jammu. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: i) Made misleading or false representation 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. 2. Eligibility Criteria for qualifications: i. The tenderer should have achieved financial turn over to the tune of Rs. 20.00 Lacs (Avg.) for the last three years. (Evidence to be enclosed in envelop-i) ii. The tenderer should have executed at least one work of similar nature not less than Rs. 20.00 Lacs for the last three years and the work should have been completed successfully (a certificate from the concerned Authority / Executive Engineer to this effect should be enclosed in envelop-i). iii. The Contractor should have at least below mentioned machinery with him or shall arrange same for execution of the said work (if allotted), in support of which an affidavit dully attested by the Notary (To be enclosed in envelop-i Concrete mixer. Vibrators Trucks / tippers Dewatering pumps as per requirement at site Concrete breaker and Hydro Crane. Executive Engineer CCD Ujh HEP Kathua
1. GENERAL CONDITIONS OF THE CONTRACT i. Rates quoted shall be deemed to include escalation, all taxes, duties etc. in vogue during the currency of the contract. ii. All other terms and conditions which are in vogue and as per PWD form 25 (Double) 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 in 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 and will be sufficient to windup or cancel his contract. 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 as per sanctioned schedule of rates 2008 in vogue with Contractor s tender appreciation / depreciation. 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. Contractor shall abide by all prevailing labour laws and will be personally responsible for any causality / eventuality / 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 25% 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 as per sanctioned schedule of rates 2008 with Contractor s appreciation / depreciation which shall be worked out on the basis of overall appreciation / depreciation rather than of any individual item. 11. If after the opening of tenders it is found that the rates quoted by the lowest tenderer are less than 15% of the advertised amount, the Contractor shall have to provide an additional security of 5% of the Tendered amount in the shape of FDR/CDR pledged to Chief Pay and Accounts officer JKSPDC Jammu. 12. All key construction material shall be arranged by the Contractor as per requirement and as per brands/make as detailed below at site including the following. S.No Particular Brands / Make / Specifications 1 Cement Ambuja/Ultra Tech(Birla)/ACC/JAY PEE of 43 Grade 2 Steel Sail/Kamdenu/Tiscon 13. Any item if found not necessary at site during execution of work though advertised can be deleted and no claim what so ever shall be entertained on this account.
14. For breaking and removal of damaged RCC Walls mechanical arrangements needs to made by Contractor like Concrete Breaker and Hydro Crane. 15. The watch and ward of all Material / Machinery shall be responsibility of Contractor / Agency. 16. 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. 17. Nothing extra shall be paid on account of loading / unloading of material at site of work. 18. Deposit to contractor shall be released after 06 months of the date of the completion on the report of the AEE in-charge on the settlement of penalty case etc, any repairs required to be got executed for defective work shall be done by the Contractor at his cost during defect liability period i.e. six months. 19. Each day of delay beyond stipulated date of completion would entail imposition of liquidated damages as per following. a. The component of work i.e. construction of right side RCC wall of water conductor is to be started immediately after allotment of work and same is to be completed within 25 days in order to make Water Conductor operational. If the contractor fails to complete the same within those 25 days a penalty of Rs. 25000.00 (Rupees Twenty five thousand only) per day shall be imposed for delayed period up to a maximum of 10% of the contract cost of RCC wall and Raft and same shall be deducted from payment due to the contractor. b. However, whole work needs to be completed within 45 days from the date of allotment. In-case of delay penalty of Rs. 1000.00 (Rupees One Thousand only) per day up to maximum of 10% of the balance amount of contract value shall be imposed and deducted from the payment due to Contractor. 20. For any dispute between the contractor and the department, the Chief Engineer CI&D Wing, JKSPDC, Jammu shall act as an arbitration, whose decision shall be final and binding upon both the parties, provision of J&K Arbitration Act. with latest amendments shall be applicable. 21. For any dispute between the Contractor and department the Jurisdiction of Jammu court will be applicable. 22. PWD code shall be applicable for making payment to the contractor / firm that provides for withholding 10% of amount of bills as contractor deposit. 23. All terms and conditions of NIT / Special conditions laid down in the enclosed NIT shall also hold good. 24. All taxes and duties in vogue during the currency of the contract shall be deducted from the running bills of the contractor. 25. Provided the Arbitral Tribunal shall not have any right / Jurisdiction to award any interest to claim which is determined by it in the Arbitration proceedings conducted by the tribunal. Executive Engineer CCD Ujh HEP Kathua.