Nothing Special   »   [go: up one dir, main page]

Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 5

Government of Jammu & Kashmir_

NOTICE INVITING TENDERS


(PHE) E-NIT No. 14/2024-25/EE/R&B/Grz/1270-78/E-tendering/Dated:-28-06-2024
For and on behalf of the Lt. Governor, Union Territory of J&K e-tenders (In single cover
system) are invited on item basis from reputed Regd. Architectural /Structural Consultant
firms for providing Architectural and structural Engineering Consultancy services in respect of
following works:-
Time of
Earnest Money Cost of T/Doc. Class of
S.No Name of Work Completion
( in Rupees) (In Rupees) Contract
(calendar days)
Consultancy services for Water Supply Scheme
works (Fresh/upgradation structural design)
1. falling under the jurisdiction of PHE Sub
Division Gurez
.
a)Providing Consultancy services for preparation
of Detailed Project Report incld. Detailed
Estimation/BOQ structures Design with all Redg.
necessary working Drawing (L-Section, X-Section)
etc. for various Water Supply Schemes (Fresh/ Balance) 5000/- 500/- 10 Days Consultancy
at different locations falling under the jurisdiction of Firm
PHE Sub Division Gurez. Including GST & all other
Taxes.

1. Date of Issue of Tender Notice 28-06-2024


Period of downloading of bidding
2. From 29-06-2024 10:00 AM
documents
3. Bid submission Start Date 29-06-2024 from 10:00 AM
4. Bid Submission End Date 08-07-2024 upto 4.00 P.M
09-07-2024 at 11:00 AM in the Office of the
5. Date & time of opening of Bids (Online)
Executive Engineer R&B Division Gurez
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:-
Note :-The Bidders are advised to read all conditions laid down in the NIT carefully before
uploaded softcopy.
Any short fall found in the soft copy will render the Bid rejected .
As per Circular issued by the Government of Jammu and Kashmir CivilSecteriat Finance
department vide No.OM No.A/24(2017)-651 dtd.07-06-2018 which reads as under :-
a) Furnishing of Hard Copies of bids immediately after submission of e-tenders is dispensed
with .The same should be obtained only from the Bidder who’s declared Ist Lowest (L-1) after
opening of financial bids.
b).The Cost of tender document should be collected by introducing E-challan or simply
uploading a copy of necessary Treasury Challan (Receipt).
1. The Successful Bidder have to produce Earnest Money in the shape of CDR/FDR
within 02 days after opening of Bids which shall be released after successful
completion of work with DLP.
2. 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

1 | Page
address. The bids of Responsive bidders shall be opened online on same Web Site in the
Office of Executive Engineer R&B Division Gurez (tender receiving authority).
3. The bids for the work shall remain valid for a period of 120 days from the date of opening of
bids.
4. Instruction to bidders regarding e-tendering process.
4.1. 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.
4.2. 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 approved
Vendor.
4.3. The bidders have to submit their bids online in electronic format with digital Signature.
No bid will be accepted in physical form.
5.4. Bids will be opened online as per time schedule mentioned in Para-1.
5.5. Bidders must ensure to upload scanned copy of all necessary documents with the bid.
Note: - Scan all the documents on 100 dpi with black and white option.
5. The department will not be responsible for delay in online submission due to any reasons.
6. Scanned copy of cost of tender document in shape of Treasury Challan in favour of Executive
Engineer R&B Division Gurez.
7. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case
they should attempt to create similar BOQ manually.
8. 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 Consultant on gross amount of the bill as per the rates
prevailing at the time of recovery.
9. Bidders are advised to use "My Documents" area in their user on R&B e-Tendering portal to
store such documents as are required.
10. Instructions to Bidder (ITB) -TECHNICAL BID QUALIFICATION
10.1. All bidders shall upload the following documents with their bids: -
a. Copies of original documents defining constitution/ legal status, place of registration and
principal place of Business.
b. Scanned copy of GSTIN Registration withreturn clearance certificate (FormGST-3B)for the
month of May-2024 or latest Quarter (January-March ,2024).
c. Scanned copy of Pan card.
d. Scanned Copy of Earnest money in the shape of CDR/FDR/ pledged to Executive
Engineer R&B Division Gurez( Tender Inviting Authority).
e. All bidders shall upload Treasury Challan (Tender document cost) by debit to M.H.0215 in
favour of Executive Engineer R&B Division Gurez ( Tender inviting authority). (However
in case of bidders residing outside the UT of J&K, they can avail the option of uploading
the tender fee document in the shape of Treasury Challan pledged to the Executive
Engineer R&B Div Gurez. The hard copy of the Demand Draft should reach to the office of
Executive Engineer R&B Division Gurez upto the Bid Submission end date.)
f. All Bidders should upload experience certificate for Providing consultancy services for
executed projects of similar nature of work with Cost of project cost as mentioned below:-
i) At least one project costing not less than Rs.6.00 cr.
OR
ii) At least three projects costing not less than Rs.2.00 Cr. (Each).
OR
iii) At least five projects each costing not less than Rs.1.50 Cr. (Each).

2 | Page
The Experience certificate for providing successful consultancy services should be
provided by the officer of State/UT/Central Government Departments not below the rank
of the Executive Engineer.
Note- The failure of the uploading of any one of the above documents by the bidder will lead to
the disqualification of the bidder.

10.2. The bidder at his own responsibility and risk should visit and examine the site of work and its
surroundings before submission of bid.
10.3. Non attendance of pre-bid meeting will not be cause of disqualification of the bidder.
10.4. All documents relating to the bid shall be in the English Language.
10.5. Bidder must ensure to upload scanned copies of all necessary documents including tender
documents fee in terms of soft copies with technical bid . No. documents (s) which has /
have not been uploaded shall be entertained in the form of hard copy. However , in case of
any clarification the bidders shall have to produce original documents in support of soft
copies if need arises.
12. General Conditions of Contract:-
12.1 The date of start of the work shall be reckoned within one week from the date of issuance
of
LOI/Contract allotment as the case may be.
12.2 Penalty for delay in completion:-In case of delay in completion of work beyond stipulated
period of
completion, penalty upto maximum of 10% of the contract shall be imposed.
12.3 Time extension:-Suitable time extension shall be granted in case of increase in scope of work
and in the event of delay beyond control of Consultant to be determined by the department.
12.4 Advance Payments:-No mobilization advance/equipment advance shall be paid unless
otherwise specified in the SBD.
12.5 Secured Advance:- No secured advance is admissible unless otherwise specified.
12.6 Retention Money:-Normal deposit @ 10% shall be deducted from each running bill of the
Consultant( 50% of which shall be released after virtual completion of work in all respects
and balance 50% after completion of DLP).
12.7 Schedule of Payment:-The payment schedule shall be fixed after award of contract in favour
of successful bidder, on the basis of availability of funds and value of work executed, shall be
determined by the Engineer.
12.8 Amendment of bidding document:-Before the deadline for submission of bids the employer
may modify the bidding documents by issuing Addenda.
12.9 The tender receiving authority reserves the right to accept or reject any tender or all
tenders without assigning any reason thereof.
12.10 The Bidders are advised to read all conditions laid down in the Guidelines issued by the Govt.
from time to time before uploaded soft copy.
12.11 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.
12.12 Defect Liability period:-
1. The DLP shall be Calculated from date of certified completion of work and period shall be
18 months.
13. Termination:-The employer may terminate the contract if the Consultant causes a
fundamental breach of the contract.
14. Specification/Quality Control:-All items of works shall conform to specifications as per IRC/
MORTH/ NBO/ CPWD/ SSR/ Any other prescribed specifications.
15. Laws Governing the Contract:-The contract shall be governed by Laws of the land.

3 | Page
16. Court’s Jurisdiction:-In case of any disputes/differences between Consultant and
Department the jurisdiction shall be J&K State.
17. Extension of Time (EOT):-
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.
2. Request for extension of time shall be made by the Consultant in writing not later than fifteen
days of happening of the event causing delay. The Consultan tshall also indicate in such a
request the period for which extension is desired.
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 Consultant) 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 authority is beyond the Consultant’s desire.
4. On Consultant’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.
5. Extension of time shall be also admissible in the event of temporary suspension of work.
6. The tender / bid is liable to rejection if it does not fulfill the requirements as laid down in
NIT.
18. All other terms &conditions shall be as are as per the SBD/Contract Agreement .

19. SCOPE OF WORK


The Architectural / Structural firms shall be required to provide services in respect of the following
fields :
1. Taking clients instructions and preparation of Architectural Drawings
2. Preparation of site plan/Contour map.
3. Site evaluation, analysis and impact of existing and / or proposed development on its
immediate environs.
4. Soil Investigation.
5. Structural design along with Design Calculations.
6. Sanitary, plumbing, drainage, water supply and sewerage design.
7. Electrical, electronic, communication system and design.
8. Heating, ventilation & Air-conditioning design and other mechanical systems.
9. Elevators.
10. Fire detection, fire protection and security alarms.
11. Inspection, supervision and evaluation of works.
12. Any other individual /specific requirements of the project.
13. Preparation of concept and technical project report and preparation of tender
documents on BOQ basis.
20. SCHEDULE OF SERVICES:
The Architect shall after taking instructions from the client render the following services:-
a. Ascertain client’s requirements, examine site constraints & potential and prepare a
design brief for client’s approval.
b. Prepare report on site evaluation, state of existing buildings in case of brown field
projects, if any and analysis and impact of existing and / or proposed development on
its immediate environs.
c. Prepare conceptual design with reference to requirements given and prepare Bill of
Quantities.
d. Preliminary Design and Drawings.
Modify the conceptual designs incorporating required changes and prepare the preliminary
drawings, sketches for client’s approval along-with preliminary estimate of cost on
area basis.

4 | Page
e. Drawings for client’s / statutory approvals.
Prepare comprehensive drawings necessary for client’s / statutory approval and
ensure compliance with codes, standards and legislations as applicable and assist the
client in obtaining the statutory approvals thereof if required.
f. Working Drawings/BOQ/DPR Preparation
Prepare working drawings duly vetted, specifications and schedule of quantities / BOQ &to
prepare DPR/ cost estimates.
21. CONSTRUCTION STAGE
a. Design, prepare and issue working drawings duly vetted and details for proper
execution of works during construction. The structural design shall have to be
submitted in hard & soft copies.
b. Inspect, supervise and evaluate the construction works during execution and
wherever necessary clarify any decision, offer interpretation of the drawings /
specifications.
22. COMPLETION STAGE
Prepare and submit 06 sets of as built drawings including services and structure in
hard and soft copies.

sd./
Executive Engineer,
R&B Division Gurez

No.EE/R&B/Grz/7811-19
DATED:- 07-03-2024
Copy to the: -
1. Chief Engineer PHE Jal Shakti Department Kashmir for favour of information please
2. District Development Commissioner Bandipora for favour of information please
3. Superintending Engineer Hyd Jal Shakti Department Circle, Baramulla/Bandipora for favour of
information please
4. Joint Director Information Deptt, J&K State Sgr for publishing the NIT in two leading dailies.
5. Assistant Director ADV Srinagar for information. 7. AEE _____________ 8. H.D 9. CC
9. Notice Board. 11. I/C Computer Section for publication in websitewww.jktenders.gov.in..

Signature Not Verified


5 | Page Digitally signed by ASHAQ HUSSAIN MATTA
Date: 2024.06.28 22:54:16 IST
Location: Jammu and Kashmir-JK

You might also like