TENDER NOTICESerial NIT No. 101 /CDII/2014-15

advertisement
Office of the Executive Engineer, Construction Division No. IInd, Srinagar
TENDER NOTICESerial NIT No. 101 /CDII/2014-15
For and on behalf of Governor Jammu and Kashmir State, sealed tenders affixed with Rs. 2.00
(Revenue stamps) are invited from the approved PWD Contractor’s for the below mentioned work/s. The tenders
should be addressed to the Executive Engineer, Construction Division No.IInd, Srinagarwhich should reach to
his office on or before09.04.2015till 2.00 P.M. The Tenders can also be cast in the office of Superintending
Engineer, PWD (R&B) Circle Sgr/Budgam. The tenders will be opened on the same day or later in presence of the
contractors who like to be present. In case the date of receipt of tenders is declared holiday, transport strike etc. the
tenders will be received by the competent authority on the next working day.
S
.
N
o
1
Name of work/s
Approx. cost
incl. C/O
depttl. Stores.
Earnest
money
Class of
Contr.
Time of
Compl.
Cost of T.D
2
3
4
5
6
7
Improvement of road surface by
way of P/L WBM grade 3rd in
1. patches/ stretches from Bakshi Rs.2.61 lacs
Rs.2610/“SHG”
Rs.200/15 Days
Stadium via L.P. Bund to
Abdullah Bridge.
Maintenance of worn out
patches, Pot holes, road cuts at
various spots of Indra Nagar, Rs.1.10 lacs
2. Sonwar inner links by way of P/L
Rs.1100/“SHG”
Rs.200/15 Days
(Incl. cost of
WBM grade 3rd and 2 cm premix
Tar)
carpet surfacing with seal coat
on eve of Darbar move 2015.
Maintenance of worn out
patches, pot holes, road cuts at
various spots of Shivpora Inner
Rs.1.59 lacs
3 links by way of P/L WBM grade
(incl. Cost of
Rs. 3180/“DEE”
Rs 200/15 Days
3rd and 2cm thick premix carpet
Tar)
surfacing with seal coat on eve
of Darbar move 2015.
Clearance of side drains,
washing and painting of kerb
stones, railing, poles etc inside
4
Rs.0.30 lacs
Rs.600/“DEE”
Rs.200/15 Days
the premises of Fair View Guest
House Gupkar on the eve of
Darbar move 2015.
TERMS AND CONDITIONS:
1.
Tender document can be purchased from Divisional office against Non-refundable Cash payment from
24.03.2015 during office hours upto07.04.2015till 2.00 P.M
2.
The bidder shall be at liberty to send their bids either in person or through registered post but shall subscribe
the following in front of the envelops.
i)
Name of work.
ii) Cost of work iii) Full name of contractor
iv)
Ref. to CDR No. & Date.
v) Date of receipt of tenders
vi) Ref. to NIT No.
3. The bidding documents shall be issued by this office against Non-refundable cash payment as mentioned
above to eligible contractors on production of valid Registration Card on any working day.
4. Bids from Joint ventures are not being allowed.
5.
In case the quoted amount of the lowest tenderer is unbalanced, the tenderer shall have to deposit additional
performance security in shape of CDR/FDR separately in addition to earnest money as per the breakup
given below which should be attached with the tender, failing which the tender shall be rejected, earnest
money forfeited and other penalties initiated under rules. In case the lowest tenderer is found to be a
defaulter under this condition for more than three instances, his registration shall be recommended for
blacklisting from future participation in the tendering process.
%age of unbalanced bid viz advertised cost on account of Low
Additional
S.No.
Rates.
Performance security
1.
Upto and including 15% below
Nil
2.
Greater than 15% upto and including 20% below
3%
3.
Greater than 20% upto and including 25% below
3.5%
4.
Greater than 25% upto and including 30% below
4%
5.
Greater than 30% below
5%
6.
All tenderers are advised to quote the rates per unit foreach item of work separately. The tender wherein
lump-sum rate has been quoted against any/all item shall be liable for rejection. Moreover tenderer quoting
%age below the SSR rate shall be rejected. Any deviation from this shall make the tender liable for rejection.
The rates quoted by the tenderer for the items shall be entertained upto two digits only after decimal for the
calculation purpose.
Any tenderer quoting itemwise or lump sum rebate shall be rejected outrightly. The tenderers are advised to
include all rebates etc in their quoted rates ensuring that rates quoted for SSR items are not below the SSR
rates failing which the tender shall be liable for rejection.
The bidders should record permanent contact number on his tender form.
The bids for the work (works) in the form of tender forms issued by the competent authority from time to time
during 2013-14 or tender documents issued by the competent authority, duly filled and complete in all
respects should reach the concerned office on the schedule date and time. Any bid received after the
deadline date and time shall be returned unopened to the bidder.
Bidder is required to quote and attach self attested Photostat copies of
(i). Registration Card
ii) Valid TIN No. and PAN Card alongwith latest Sales Tax Clearance certificate/ Acknowledgement
receipt of Sales Tax return file failing which the tender shall be liable for rejection.
The bidder is required to deposit the earnest money in the shape of Call Deposit Receipt of a scheduled
Bank pledged to Executive Engineer, Construction Division No. IInd, Srinagar and the Call deposit Receipt
shall be attached with the tender, without which the tender shall not be considered at all. Bids accompanied
with cheques will not be entertained in any case.
The Earnest money of all the bidders except the first two lowest bidders shall be released after the contract
for the work is fixed.
The bidders shall quote their rates legibly in the prescribed column of the quantity schedule and shall cover
the rates/column with transparent cello tape. Item rate method as well as %age rate method shall be
applicable. Overwriting /Addition or Alteration if any, shall be made by scoring out the cancelled portion,
writing the correction and initialing by the person signing the bid.
If a bidder has not quoted rate for any item of the rate list/quantity schedule, the item for which no rate has
been quoted. The same shall be loaded with HTR and at the time of allotment shall be allowed LTR in the
allotment of contract as per the standard practice.
Bids determined to be substantially responsive will be checked by the Department for any arithmetic errors.
Errors will be corrected by the Department as follows.
a) Where there is a discrepancy between the rates in figures and in words, the rate in words will govern.
b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the
unit rate by the quantity, the unit rate as quoted will govern
Deductions on account of Taxes shall be made from the bills of the contractors on gross amount of the bill as
per the rates prevailing at the time of recovery. However just to give an idea to the bidder regarding
recoveries, the present recovery rates are detailed below
Service tax @ 10%
Surcharge on service Tax @ 5% in accordance with SRO 117 Dated 30.03.2007
Income Tax @ 2.25%
Cess charges @ 1%
The bid/bids will remain valid for 90 days from the date of receipt of the bids by the bid receiving authority.
Correction slips found in the tender box regarding enhancing/lowering the rates, or connected with the bid
shall not be entertained.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
a.
b.
c.
d.
18.
19.
20.
21.
22.
23.
a)
b)
c)
d)
e)
24.
25.
26.
27.
28.
29
The defect liability period for the work (works) shall be one year calculated from the date of completion of
work. If after physical completion of the work (works) in all respects , any defect / imperfection in the work
(works) done by the contractor becomes apparent on account of bad workmanship or use of sub-standard
materials or on any other account within a period of one year, the contractor shall make the same good at his
own expenses. If the Engineer in charge of the work (works) deems it proper to restore the damages/defects
through other agency, the expenses incurred therein (for which the decision of the Engineer. Incharge shall
final) shall be recovered from payment/ amount that may be due to the contractor at any time/ from his
security deposit. The security deposit of the contractor shall not be refunded before the expiry of D.L.P.
The work is to be completed within the time limit specified in the N.I.T and date of start of work shall be
reckoned on 3rd day from the date of issue of L.O.I/Allotment of contract whichever is earlier.
If the cost of the work increase/decrease in terms of this N.I.T the time of completion will also
increase/decrease in proportion with the additional/deleted quantum of the work depending upon the actual
quantum of work.
On contractor’s representation based on the grounds as detailed below the time for completion of the work
may be extended by a period considered reasonable by the Government.
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 authority is beyond the contractor’s desire.
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.
Extension of time shall also admissible in the event of temporary suspension of work.
The department may modify the bidding document before the deadline date fixed for submission of bids by
issuing Addenda and any Addendum thus issued will be part of the bidding document.
The Departmental materials shall be supplied and recovered at the following prevailing stock rates:
a) Cement @ Rs.432/Bag
b) Iron of sorts @ Rs.61615/MT c) Bitumen @ Rs.64,010/MT
The N.I.T can be viewed on the Website www.rnbKashmir.com
All other terms and conditions will be as per PWD Form No.25 (Double agreement form) and detailed NIT
issued vide this office No. 07/CDII/2011-12/389-414 dated 07.04.2011.
FOR & ON BEHALF OF GOVERNOR J&K STATE
No.__________________
Dated: ___.__________
EXECUTIVE ENGINEER
CONSTRUCTION DIVISION NO.IIND
SRINAGAR.
Copy to the: 1.
2.
3.
4.
5.
6.
7.
Chief Engineer, (R&B) Department Kashmir, Srinagar for information.
Superintending Engineer, PWD (R&B) Circle Srinagar/BudgamH.Q.Sgr. for information.
Executive Engineer (R&B) Division ________________________________
Assistant Executive Engineer (R&B) Sub Division _____________________
President Contractors Association _________________ for information.
Incharge Computer Section Direction office, Srinagar for loading the N.I.T on Web site.
Office Copy.
Download