0% found this document useful (0 votes)
142 views12 pages

NIT 28/RnB/Kralpora: E-Tender Details

The document announces a tender for the repair and routine maintenance of roads under the Performance Based Maintenance contract for 2023-24 in Jammu and Kashmir. It provides details on bid submission dates, eligibility criteria, bid security requirements, and other terms and conditions of the tender.

Uploaded by

Lone Musaib
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
142 views12 pages

NIT 28/RnB/Kralpora: E-Tender Details

The document announces a tender for the repair and routine maintenance of roads under the Performance Based Maintenance contract for 2023-24 in Jammu and Kashmir. It provides details on bid submission dates, eligibility criteria, bid security requirements, and other terms and conditions of the tender.

Uploaded by

Lone Musaib
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

R&B Division Kralpora P a g e | 1 of 12

Union Territory of Jammu & Kashmir,


Office of the Executive Engineer PWD R&B Division Kralpora
FRESH E tendering NIT No. 28/RnB/Kralpora of 2023-24 Dated:- 25-01-2024
The Upper Sealing for Inviting Stage Contract Shall Be Kept as Restricted to 0.50 Lac Per/Km.

For & on behalf of the Lt. Governor Jammu & Kashmir(UT) , e-tenders (In single cover system) are
invited on Percentage Rate Basis from Eligible Contractors registered with J&K State Govt., CPWD,
Railways and other State/Central Governments for the following works.
Cost of E/ Major
Adv. Money Date and Class of Head
S. T/Doc. Time of
Name of Work Cost time of Contrac
No (In Rupees completion
( In Lacs) opening tor
)
Repair and Routine Maintenance 0.00 200/- 10000 FY 2023- All M&R
of roads pertaining to R&B Sub 24 07-02-
Classes
1. Division Kralpora under 2024
(12:00
Performance based Maintenance
Noon)
Stage contract 2023-24
Position of AAA/ TS: Accorded
Position of funds: Available
No: Div-KRLP/1443-57
Date: 30-01-2024

1. The bidding documents, which would include qualifying information, eligibility criteria,
specifications/drawings, a bill of quantities (B.O.Q), a set of contract terms and conditions, and other
details, can be viewed/downloaded from the departmental website [Link] on the dates
listed below:

1 Date of Issue of Tender Notice 30.01.2024


Period of downloading of bidding
2 30.01.2024 (2:00 PM) to 06.02.2024 (4:00PM)
documents
3 Bid submission Start Date 30.01.2024 ( 2:00PM)
4 Bid Submission End Date 06.02.2024 ( 4.00PM)
Date & time of opening of Bids 07.02.2024 (12:00 Noon) In the Office of Executive
5
(Online) Engineer R&B Division Kralpora.

2. Bids must be accompanied with Cost of Tender Document in the shape of Treasury Challan (dated
between the bid start date and the Bid Submission End date) deposited in M.H. 0059 in favour of
Executive Engineer R&B Division Kralpora (tender inviting authority). Treasury Challan must be
written boldly and clearly with Name of Work, Name of the Contractor along with Contact No, NIT
No and Serial No of Work on NIT (if any).
3. At the time of tendering, all bidders must upload earnest money/bid security equal to 2% of the
Advertised Cost in the form of CDR/FDR pledged to the tender receiving authority, i.e.
Executive Engineer R&B Division Kralpora. Besides that, the successful bidder will have to
provide Performance Security @ 5% of the allotted Cost at the time of contract award, strictly
in accordance with the Government's circular instructions from time to time. The earnest
money/bid security of 2% will be released to the successful bidder only after the submission of a
R&B Division Kralpora P a g e | 2 of 12

Performance Security of 5% of the alloted cost, which will be released after successful
completion of the DLP/Maintenance Period.

Note: Geotagged Photographs Minimum 03 sets (01 set Comprising of Photograph


before, during and after execution of work) of size 26 cm x21 cm to be provided by
the successful bidder/Contractor whenever asked by the department.
4. Additional performance security for unbalanced bids is to be submitted by the lowest bidder before
issuance of Allotment as per procedure in vogue
[Link] Percentage of Unbalanced bid viz a viz advertised Cost Additional Performance
on account of Low rate Security to be deposited
1 Upto and including 15% below Nil
2 Greater than 15% upto and incl 20% below 5% of alloted Cost
3 Greater than 20% upto and incl 25% below 10% of alloted Cost
4 Greater than 25% upto and incl 30% below 15% of alloted Cost
5 Greater than 30% 20% of alloted Cost
Chief Engineer PW (R&B) Department Kashmir’sCircular No CE/RBK/HD/3271-73
a. The bidders shall ensure that their bids shall be accepted only if their
registrations cards are uploaded on [Link] portal in active
Tab. as per circular instructions issued by Development Commissioner Works vide
[Link]/DCW/DB/668-72 DT.10-06-2022.
b. The GST-3B for last Quarter (Quarterly return) and previous month for
(Monthly return) should be uploaded, irrespective of date of Tender.
c. 1st lowest bidder will submit the CDR/FDR within two days after opening of
Tender, failing which 2nd lowest will be approached. Besides 1st lowest will be
debarred from participating in tendering process for one year in this division.
d. Manual offers delivered by post/fax or in person, or offers sent by e-mail or telex
shall not be accepted against electronic tenders, even if such offers are received in
time. All such offers shall be considered as invalid offers and shall be rejected
summarily, without any consideration
e. In case the L-1 fails deposit the requisite document, the action against the L- 1 as
per PWD rules leading to blacklisting of contractor shall be initiated.
f. On Opening of financial bid the L1 has to produce the Original CDR/FDR
pledge to the opening Authority before allotting the work along with Cost of
tender document in the shape of Treasury Challan
g. Upload Valid Registration CARD / with Online Renewal, PAN Card, GST
Certificate and latest GST clearance ending previous Month/Quarter.
h. It is mandatory for all bidders participating to submit all documents in terms of
soft copies in E-tendering website and no documents in terms of Hard Copies shall
be entertained. However, lowest bidder will be called for submission of CDR/FDR
as well as Treasury Challan and CDR/FDR of the other participating tenderers/
bidders will be released only after surrender of Treasury Challan.
R&B Division Kralpora P a g e | 3 of 12

i. 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
1st Lowest (L-1) after opening of financial bids.
j. The department will not be responsible for delay in online submission due to any
reasons.
k. The bidders are advised to get the genuineness of their enlistment cards from
the issuing authorities. This is mandatory and bids are liable to be rejected in
absence of the Genuineness of enlistment card
l. The contractor may purchase required material of quality and specifications
prescribed, to be certified by Engineer in-charge
m. The steel/Key construction material shall be allowed only of approved brand by
the government.
n. The bid for the work shall remain valid for a period of 90 days from the date of
opening of technical Bids.

5. E-Tendering Terms & Conditions


1 The tender receiving authority shall ensure the recovery of tender document fee from all bidders
who have uploaded the tender in electronic format within fifteen days from the receipt of tender and
failure of submission of tender document fee by the bidder using the site shall entail him for
blacklisting.
2. Bids must be accompanied with cost of Tender document in shape of treasury receipt in favour of
Executive Engineer PWD(R&B) Division Kralpora.
3. The date and time of opening of Bids shall be notified on Web site [Link] and
conveyed to the bidders automatically through an e-mail message on their e-mail address. The bids
of responsive bidders shall be opened online on same Web Site in the office of Executive Engineer
R&B Division Kralpora.
4. The bids for the work shall remain valid for a period of 90 days from the date of opening of bids.
5. The earnest money shall be forfeited, If:-
a) Any bidder/ tenderer withdraws his bid/ tender during the period of bid validity or makes any
modifications in the terms and conditions of the bid.
b) Failure of Successful bidder is if he/she fails within the specified time limit to furnish the required
performance security and contractor fails to execute the agreement within 28 days after fixation of
contract.

6. Instruction to bidders regarding e- tendering process:-


6.1 Bidders are advised to download bid submission manual from the “Downloads” option as well as
from “Bidders Manual Kit” on website [Link] acquaint bid submission process.
6.2 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 vendors.
6.3 The bidders have to submit their bids online in electronic format with digital Signature. No
financial bid will be accepted in physical form.
6.4 Bids will be opened online as per time schedule mentioned in Para-1.
6.5 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.
R&B Division Kralpora P a g e | 4 of 12

6.6 The department will not be responsible for delay in online submission due to any reasons.
6.7 Scanned copy of cost of tender document in shape of Demand Draft in favour of Executive
Engineer PWD(R&B) Division Kralpora and relevant documents to be submitted to the
Executive Engineer PWD(R&B) Division Kralpora (tender Opening Authority) by registered
post/Courier /by hand before due date of submission of tender/as per time schedule specified.
6.8 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. The BOQ downloaded should be used for filling
the item rate inclusive of all taxes and it should be saved with the same name as it contains.
6.9 Any item/items of work found necessary during execution of work outside the BOQ shall
have to be executed by the contractor and shall be paid at par or/and the (minus) %age as
quoted by the bidder.
6.10 Any item/items of work if found not necessary during execution of work within the
advertised BOQ may be deleted during execution and no claim whatsoever shall be
entertained on this account
6.11 Nothing extra shall be paid on account of loading/unloading of material at site of work.
6.12 The 1st lowest bidder shall remain available round the clock with skilled/Un-skilled labours
i.e. Mason, carpenter, Blacksmith, , Labour etc. as per the job requirement and the job
required at site shall have to be started within 06 hours of notice.
6.13 If any lenience or non-seriousness is observed in fulfillment of contractual obligations,
during execution of work action warranted under rules shall be initiated against the bidder.
6.14 Any addendum issued shall be the part of NIT.
6.15 Price escalation and Taxes:- the unit rates and prices shall be quoted by the bidder entirely in
Indian Rupees and the percentage 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 contractor on gross amount of the bill as per the rates prevailing at the
time of recovery.
6.16 Bidders are advised to use “My Documents” area in their user on R&B e-Tendering portal to store
such documents as are required.

7. Instruction to Bidder (ITB)


7.1 All bidders shall include the following information and documents with their bids:-
a. Copies of original documents defining constitution/legal status, place of registration and principal
place of Business with Email Id, Cell No and correspondence address.
b. All Bidders shall upload Treasury Challan/Bid Security. The Bidders shall mention the name of
the advertised work/ reference to NIT & S. No. on the Treasury Challan and EMD / Bid security
(CDR/FDR) while submitting the bidding documents, in order to avoid using the same multiple
times for multiple works.
c. All Bidders shall upload Valid Scanned Copy of PAN Card & GSTIN Registration and latest
clearance certificate FORM GSTR-3B i.e. latest clearance certificate FORM GSTR-3B of the
latest quarter/latest Month to the Issue of NIT and acknowledgement receipt of sales tax return
filed.
d. Valid registration card with renewal (Latest online Renewal). The Registration Card should be
online available on JKPWDOMS website created by JKPWD.
e. All bidders shall mandatorily upload Verification Certificate from Concerned Chief
Engineer/Superintending Engineer of Enlistment registration card. Non submission of the same
R&B Division Kralpora P a g e | 5 of 12

shall render the bid Non-Responsive. (However, digitally issued contractor registration cards shall
be verified online on [Link]
7.2 The bidder at his own responsibility and risk should visit and examine the site of the work and its
surroundings before submission of bid.
7.3 Nonattendance of pre-bid meeting will not be cause of disqualification of the bidder.
7.4 All documents relating to the bid shall be in the English Language.
7.5 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 copy if
need arises.
7.6 1% Labour cess shall be deducted at the time of payment.
7.7 The Service Tax will be deducted from the gross amount as per the rates in vogue at the time of
payment.

8. General Conditions of Contract:-


8.1 The date of start of the work shall be reckoned within three days from the date of issuance of
LOI/Contract allotment as the case may be.
8.2 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.
8.3 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 contractor to be determined by the department.
8.4 Advance Payments:-No Mobilization /Equipment Advance shall be paid unless otherwise
specified in the SBD.
8.5 Secured Advance:-“No secured advance is admissible unless otherwise specified”
8.6 Retention Money:-10% shall be deducted from each running bill of the successful contractor
which shall be released after virtual completion of work in all respects.
8.7 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.
8.8 Amendment of bidding document:- Before the deadline for submission of bids the employer may
modify the bidding documents by issuing Addenda.
8.9 The tender receiving authority reserves the right to accept or reject any tender
or all tenders without assigning any reason thereof.
8.10 Restoration of work:-On completion of contract the contractor shall be responsible to remove all
un-used material and restore all work in its original position at his own cost.
8.11 Traffic regulations:-The contractor is bound to adhere to traffic regulations as is applicable from
time to time and ensure arrangements of smooth regulation of traffic during execution of work.
8.12 Arbitration:-The arbitration shall be conducted in accordance with the arbitration procedure stated
in the J&K (U.T)conciliation and Arbitration Act No:-xxxv of 1997 issued vide SRO No:-403 vide
Notification of J&K Govt., "Law Department" 11th December-1997.
8.13 Defect Liability period:- The DLP of 06 Months shall be Calculated from date of certified
completion of work. The defects noticed in the work during execution or DLP shall be
corrected by the contractor within the length of time specified by the Engineer. If the contractor
R&B Division Kralpora P a g e | 6 of 12

does not correct the defects pertaining to DLP to the satisfaction of the Engineer within the
time specified, the Engineer will assess the cost of having the defects corrected and contractor
will pay this amount on correction of defects.
8.14 The date of start of work shall be reckoned within 03 days of issuance of allotment/ letter of intent.
In case the agency fails to execute the work, the deposits in the shape of CDR and Additional
Performance shall be liable for forfeiture besides initiating other punitive actions against the
defaulter without any notice.
8.15 All Key construction materials shall have to be strictly as per prescribed specifications and approval
of the Engineer in-charge
Note:
i. The maintenance liability will not include damages caused due to natural calamities like floods,
earth quakes etc. not damages caused due to the damaged/leaking water supply pipe line.
ii. Any road cut conducted authorized or un-authorized by any Govt. Department/private
Enterprises/person shall not be the responsibility of the agency and will not considered a defect of
the work.
iii. Any other damages caused to the road surface by movement of any heavy machinery shall not be
responsibility of the contractor. Any such damages shall have to be brought to the notice of the
department by the concerned filed units/ contractor within a period of fifteen days with substantial
evidence to corroborate the reason of such damages.
8.16 The CDR shall be released after (6) months from completion of the work and satisfactory
maintenance for such period.
8.17 Failure on part of the contractor to fulfill his obligations of maintenance schedules shall result in
forfeiture of the deposits held for this purpose as well as the CDR for this work.
8.18 Safety:-The contractor shall be responsible for safety of all activities at site of work.
8.19 Discoveries:- Anything of historical or other interest or of significant value unexpectedly
discovered on the site shall be the property of the Govt.
8.20 Tests:-The contractor shall be solely responsible for carrying out the mandatory tests required for
the quality control at his own cost.
8.21 Termination:- The employer may terminate the contract if the contractor causes a fundamental
breach of the contract.

9 Special Conditions of the Contract:-


9.1 This stage Contract is applicable for roads which are not under DLP. All the road lengths outside the
domain of DLP of road works shall be covered in the Stage Contract.
9.2 The contractor shall follow the Annual Calendar of Routine Maintenance activities as given in Table-A.
The contractor or his authorized representatives hall have to conduct in sections of the Road To ensure
that the Intervention Period for undertaking maintenance measures to control defects for adherence to
the Performance Criteria for Defects are strictly observed as per the Contract Agreement.

Table-A: Annual Calendar for Road Maintenance Activities


S. Item of Work Intervention Response Frequency Remarks
No Standard Time

1 Cleaning/ Desilting of Road Side Drain/ Gutter


R&B Division Kralpora P a g e | 7 of 12

Water diverted out of drain Causing a Immediate Thrice


onto roadway hazard to i. February
traffic ii. June
Obstruction or Blocked by 14 days and iii. August and
Siltation impeding more than one- prior to September and as
flow fourth ofthe Monsoon and when Required
size of the i.e. blockade more
drain than one-fourth

2 Pothole Filling
Collection of patch repair Feb & March
material for Bituminous
roads
Collection of patch January &
repair material for February
WBM roads
Pothole filling in All potholes 21 Days Immediate on
Bituminousand rigid ≤75mm depth their occurrence
pavement with maximum Cracks
dimension more than >5mmin
200mm, cracks, edge width
Edge Breaks
breaks, ruts and
>150mm in
depressions. Width
Ruts >50mm
indepth
Depressions
>50mm in depth

Pothole filling in WBM Depth > 75mm 21 Days


withmaximum dimension
>200mm

Pothole filling in Depth>50mm 45 Days


Gravel/Kutcha Width >300mm
Surface

3 Filling of Edges of Difference Before & after


Bituminous More than Monsoons/
Surface -50mm/+0mm Snow Season
and as andwhen
Replenishing/ required.
lowering earthen/
hard shoulders
R&B Division Kralpora P a g e | 8 of 12

4 Dressing of berms Before and after


monsoon/snow
season and once in
between i.e.
February/March,
June, August and
September
5 Restoration of rain May/September and
cutsand side slopes as and whenrequired

6 Clearance of Cross Drainages Blocked by 14 Days Twice (May and


Debris and silt reducing more than One October) and as
effectiveness of structure, fourth of the size and when required i.e,
broken or cracked structure of the culvert blockade more than
causing instability, under Opening one fourth of the
mining or not functioning opening
properly
7 Deformation of culvert, 45 days and
itsinvert and alignment priornto
monsoon/ Snow
Season

8 While washing of Twice (May and


Parapets, Guide Stones,
October)
Tree Trunksetc.

9 Re-fixing disturbed Once and as and


cautionboards, other whenrequired
signage etc.
10 Re-fixing displaced Km. Once and as and
stones, 200m stones, whenrequired
guardstones, guard rails

11 Cutting of branches of Once (October)


trees,pruning shrubs

12 Removing wild seasonal Twice (March and


growth on berms September)
andfromroadside
structures
R&B Division Kralpora P a g e | 9 of 12

13 Painting of Km. stones Once (May/


Numbering of culverts,
November)
Roadmarkings etc.
including history of road
on Km. stones

9.3 The contractor shall be paid quarterly, six monthly or annually as per the proportion of work
Done subject to the condition that the stage contractor has maintained the road as per the
norms, Codal Provisions and satisfaction of engineer in-charge.
9.4 The AEE shall issue the letter within 3days of in section to contractor for rectification who
Shall rectify the deficiencies within a maximum period of 10 days from the date of the letter
issued to him failing which his score will be scaled off accordingly considering any delay caused
in responding to the instructions given and inconvenience caused to general public during that
time.
9.5 The Performance of the Contractor shall be based on Performance Evaluation Sheet as given
below. On the basis of efficient, effective and timely response of the contractor or otherwise, the
rates of the individual items may be scaled off in purview of the marks obtained in the
Performance Evaluation.

Performance Evaluation Sheet


S Name of Item/Activity Maximum Evaluation Evaluation Evaluation Remarks
No Evaluati marked by Verified by approved
on Index JE/AE JE/AEE byEE
1 Maintenance of 40
road pavements

2 Restoration and 20
maintenance of rain cuts,
damage due to snow,
making up of berms/
shoulders and dressing of
side slopes, incl. landslide/
slips etc.
3 Maintenance of Road 15
Furniture.

4 Maintenance of Road 10
Markings

5 Clearance and maintenance 10


of Cross Drainage works and
side drains.

6 Clearance and Cutting of 5


Tree Branches
Total 100
R&B Division Kralpora P a g e | 10 of 12

Note: It must be noted that based on the Marks Scored by the Contractor, the rates
quoted by the contractor shall be scaled off accordingly and no bill shall be processed if
the Score falls below 80

9.6 All the Site activities shall be presented with specific Geotagged Photographs taken during the
Execution of works as well as during the site visits paid by the Engineer-in-charge or any
higher official.
9.7 The Contractor shall carry out the Maintenance Services to achieve and keep the Road
complying with the Service Levels as per the specifications laid in relevant IS Codes and
MORTH.
9.8 The Contractor shall at its own expense carry out on the Site all such tests and/or inspections as
per Specifications, and shall keep records of such tests. If requested by the AEE, the Contractor
shall hand over the results of the tests.
9.9 The Contractor shall give or provide all necessary supervision during the execution of the
Works, and the Road Manager or its deputy shall be on the Site to provide full-time
supervision of the execution. The Contractor shall provide and employ only technical personnel
who are skilled and experienced in their respective callings and supervisory staff who are
competent to adequately supervise the work at hand.
9.10 In the course of carrying out the Contract, the Contractor shall keep the Site reasonably free
From all unnecessary obstruction, store or remove any surplus materials, clear away any
wreckage, rubbish or temporary works from the Site, and remove any Contractor’s Equipment
no longer required for execution of the Contract.
9.11 To ensure the safety of road users, including on-motorized road users and pedestrians, the
Contractor is responsible to install and maintain at his cost the adequate signalling and
demarcation of work sites, which in addition must comply with the applicable legislation

10 Fundamental breach of contract will include.


a. Continuous stoppage of Work for a period of 30 days without authorization of Engineer in-charge.
b. Contractor is declared bankrupt.
c. Any evidence of involvement of contractor in corrupt practices.
d. Contractor delays the completion of work beyond stipulated time of completion.
e. Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite
fresh tender for the balance work at the risk and cost of defaulter contractor.
f. In case contractor failed to start /complete the work, within the stipulated time period, his CDR/Earnest
Money shall be forfeited after termination of the contract. Besides, defaulting contractor shall be
debarred from taking works in R&B Department at least for one year.

11 Major Labour Laws applicable to establishment engaged in building and other construction
work:-
a) Workmen compensation act 1923.
b) Payment of Gratuity Act 1972.
c) Employees P.F. and Miscellaneous Provision Act 1952.
d) Maternity Benefits Act 1951.
e) Contract Labour (Regulation & Abolition) Act 1970.
R&B Division Kralpora P a g e | 11 of 12

f) Minimum Wages Act 1948.


g) Payment of Wages Act 1936.
h) Equal remuneration Act 1979.
i) Payment of bonus Act 1965.
j) Industrial disputes Act 1947.
k) Industrial employment standing orders Act 1946.
l) Trade Union Act 1926.
m) Child Labour (Prohibition & Regulation) Act 1986.
n) Inter State Migrant workmen’s (Regulation of employment & Conditions of service) Act1979.
o) The Building and other Construction workers (Regulation of employment and Condition of service)
Act 1996 and the Census Act of 1996.
p) Factories Act 1948.
q) Compliance with Labour Regulation Laws of J&K State.

12 Specification/Quality Control: All items of works shall conform to specifications as per


IRC/MORTH/NBO/CPWD/SSR/ Any other prescribed specification.
13 Insurance:- Insurance cover to Labour / Machinery / Work / Plant material / Equipment by the
contractor shall be mandatory for which no extra shall be paid.
14 Laws Governing the Contract:-The contract shall be governed by Laws of the land.
15 Courts Jurisdiction:- In case of any disputes/differences between contractor and Department the
jurisdiction shall be J&K (U.T).

16 Time Extension:
a. 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.
b. Requested 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.
c. Abnormal/bad weather or serious loss or damage by fire or Civil commotion, strike or lockout
(otherthan among the labour engaged) 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.
d. On contractor’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.
e. Extension of time shall be also admissible in the event of temporary suspension of work.
17 The tender/bid is liable to rejection if it does not fulfill the requirements as laid down in NIT.
18 The material used for woodwork shall be paid only after authentication form Forest department
/approved dealer as and where needed.
19 The earnest money in favour of unsuccessful/ Non-responsive bidders shall be released only after
ensuring submission of tender document fee in original with the tender receiving authority, irrespective
of submission of hard copies and failure of submission of tender document fee by bidder using the site
shall entail him for blacklisting.
20 Bidders should be fully cognizant that if the documents uploaded/submitted on the basis of which
the contract was awarded are later discovered to be fake/not genuine, the contract will be
cancelled and the Contractor/bidder will be blacklisted from participating in this Division/
R&B Division Kralpora P a g e | 12 of 12

Department for a period of three years, in addition to the performance security deposited for the
said work being forfeited.

Sd/-
Executive Engineer
R&B Division Kralpora

Copy to the:-
1. Engineer-in-Chief (Secretary Technical) R&B department for favour of information.
2. Chief Engineer PW (R&B) Department North Kashmir for favour of information.
3. District Development Commissioner, Kupwara for favour of information.
4. Superintending Engineer PWD (R&B) Circle Kupwara for favour of information.
5. Joint Director Information Department J&K Government Srinagar for publishing the NIT in two
leading dailies before due date.
6. Head Draftsman for information.
7-8. Assistant Executive Engineer R&B Sub Division Kralpora/ Ramhall for information.
9-10. All contractors Association Kupwara/Handwara for information.
11-15. All concerned for information.

Signature Not Verified


Digitally signed by MUNEER AHMED NAGOO
Date: 2024.01.30 [Link] IST
Location: Jammu and Kashmir-JK

You might also like