<<

Office of the Executive Engineer Electric Division Power Distribution Corporation Limited (KPDCL) Telephone No./Fax: 019455-253043, e-mail: [email protected]

The Deputy Director, Information Department J&K Govt. .

No: EDK/Ts/ 2951-56 Dated: 20-02-2020

Sub: Publication of e-tender notice for Design, Supply, Installation, Testing, Commissioning, Operation and Maintenance of 30/40/60 watt LED based Solar Street Lighting Systems in Block Qaiderabad , ,Machil ,Hyhama , and Kupwara under Back to village Program. Sir, Kindly find enclosed copy of e-Tender Notice for getting the same published in 3 nos. local newspapers both from as well as Srinagar preferably “Greater Kashmir”, “Daily Excelsior”, “Rising Kashmir”, etc. Please ensure that the e-Tender Notice is published in the newspapers at the earliest so that the same gets wide publicity and intending bidders / firms get sufficient time to furnish their offer within the prescribed time. Also please ensure that the concerned newspaper agencies are advised to mail a copy of newspaper/tear sheet in which the notice is published to this office at [email protected].

Yours faithfully

Executive Engineer Electric Division Kupwara

Copy to the: - 1. Chief Engineer (Distribution) Kashmir Power Distribution Corporation Limited (KPDCL) for information. 2. Superintending Engineer North circle (KPDCL) for information. 3. Chief Executive Officer, IT Audit & Vigilance Division, Srinagar for information with a request to facilitate the uploading of this abbreviated tender notice on www.jkpdd.gov.in, www.emrekashmir.in. 4.Technical officer Electric Division Kupwara for information. 5. Assistant Accounts Officer, Electric Division Kupwara for information.

Page 1 of 5

Office of the Executive Engineer Electric Division Kupwara Kashmir Power Distribution Corporation Limited (KPDCL) Telephone No./Fax: 019455-253043, e-mail: [email protected]

e-NIT No: 26 of 2019-20 Dated: 20-02-2020

SHORT TERM NOTICE INVITING TENDERS

For and on behalf of the Managing Director KPDCL of the J&K , e-Tenders (In Two Cover System) are hereby invited from Companies, Dealers,Manufactures,Firms, contractors having Valid A-Class Electrical Contractor issued by any State Govt. or Central Govt. and meeting eligibility Criteria for Design, Supply, Installation, Testing, Commissioning, Operation and Maintenance of 30/40/60 watt LED based Solar Street Lighting Systems in Block Qaiderabad , Kralpora ,Machil ,Hyhama ,Wavoora and Kupwara under Back to village Program. The scope of work includes site survey, planning, supply, loading, transportation, insurance, delivery at site, handling and documentation of all items/material required to complete the work.

The Details are as under:

Estimated Earnest Cost of Last date Cost (Rs Money (Rs Tender for S Description of work: in Lacs) in lacs) Document submission No. of e-bid

1 Design, Supply, Installation, Testing, 2% of Bid Rs Commissioning, Operation and Maintenance amount for 1000.00 25.00 28-02-2020 of 30/40/60 watt LED based Solar Street A-class Lighting Systems in Block Qaiderabad , Kralpora ,Machil ,Hyhama ,Wavoora and Kupwara under Back to village Program.

1. 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: -

The Standard Bidding Document can be downloaded over http://jktenders.gov.in A Date & Time of downloading of Standard Bidding from Document 20-02-2020 04:30 PM

e-Bid submission (start) date & time

B (Submission of e-tender fee, EMD and other supporting 20-02-2020 04:30 PM documents in PDF/XLS format)

Page 2 of 5

e-Bid submission (end) date & time (Submission of e-tender fee, EMD and other supporting C documents in PDF/XLS format) 28-02-2020 04:00 PM

D Online Commercial and Technical e-Bid opening date & 02-03-2020 11:00 AM Time

E Online financial e-Bid opening date &time (Only of the Will be communicated to the Technically technically qualified bidders) Qualified Bidders

F Venue of opening of technical & financial e-Bids Office of Executive Engineer Electric Division Kupwara (KPDCL).

Rs 1000.00 (Rupees One G Cost of e-Bid document Thousand only) H Amount of Earnest Money Deposit 1.Rs. 50000.00/= (Rupee Fifty Thousand only) for A-Class Contractors.

1. Tender document in shape of Demand Draft in favour of Executive Engineer, Electric Division Kupwara (tender inviting authority) and Earnest money/Bid security in shape of CDR/FDR pledged to Executive Engineer, Electric Division Kupwara (tender receiving authority). 2. The date and time of opening of technical 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 address. The Financial bids of Responsive bidders shall be opened online on same Web Site in the Office of Executive Engineer, Electric Division Kupwara (tender receiving authority). 3. The bids for the work shall remain valid for a period of 120-day s from the date of opening of Technical bids. 4. The earnest money shall be forfeited, If:- a. ANY bidder/ tenderer withdraws his bid/ tender during the period of bid validity or make any modifications in the terms and conditions of the bid. b. Failure of Successful bidder to furnish the required performance security within the specified time limit. c. Failure of Successful bidder to execute the agreement within 28 days after fixation of contract. 5. Instruction to bidders regarding e-tendering process. 5.1 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. 5.2 The bidders have to submit their bids online in electronic format with digital Signature. No bid will be accepted in physical form 5.3 Bids will be opened online as per time schedule mentioned in Para-1. 5.4 Bidders must ensure to upload scanned copy of all necessary documents like CDR/FDR, tender document fee in the shape Treasury challan, registration, renewal, GST, PAN along with fresh affidavit on non-judicial paper worth Rs.10/- to the effect that information uploaded is true and correct, besides the bidder has not been black listed and is abide by all the terms and conditions of NIT etc. However, hard copy from the successful (first lowest) bidder shall be obtained on call. In case of clarification, the bidders shall have to produce original documents in support of soft copies if need arises. 5.5 The earnest money in favour of unsuccessful / Non responsive bidders shall be released only after ensuring submission of tender documents fee by the bidder for using the site. Note: - Scan all the documents on 100 dpi with black and white option. 6. The department will not be responsible for delay in online submission due to any reasons. 7. Scanned copy of cost of tender document in shape of Treasury fee challan in favour of Executive Engineer, Electric Division Kupwara and Earnest Money / Bid Security in shape of CDR/FDR if Page 3 of 5

applicable pledged to Executive Engineer, Electric Division Kupwara must be uploaded with the technical documents of the bid. The successful bidder shall have to submit original Demand Draft (cost of tender document), CDR / FDR (earnest money/bid security) affidavit and relevant technical bid documents to the tender opening authority by registered post/Courier /by hand. 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 contractor on gross amount of the bill as per the rates prevailing at the time of recovery. 9. Instructions to Bidder (ITB). All bidders shall upload the following information and documents along with qualification criteria/ qualification information with their bids: - a) Copies of original documents defining constitution/ legal status, place of registration and Principal place of Business. b) Valid GST No. & PAN No. including all other requisite documents . c) The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings before submission of bid. 11 . General Conditions of Contract:- a) 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. b) 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. C)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. d) Advance Payments: -No mobilization advance/equipment advance shall be paid unless otherwise specified in the SBD. e) 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. f) Amendment of bidding document: -Before the deadline for submission of bids the employer may modify the bidding documents by issuing Addenda. g) The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any reason thereof. h) Unbalanced Bid: - In case bid of the lowest bidder is found unbalanced, the successful bidder shall have to produce additional performance security in shape of CDR/ FDR within (21) days after opening of price bids, as per following break-up and the same shall be released after completion of 90% of allotted work:- Additional S.No Percentage of unbalance bid viz., advertised cost on account of Low Performance rates Security

01 Upto and including 15% below Nil

02 From 16% to 20% below 5%

03 From 21% to 25% 10%

04 From 26% to 30% 15%

05 from 31% onwards 20%

i) 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 Page 4 of 5

of J&K Govt., "Law Department" 11th December-1997. j) Tests:-The contractor shall be solely responsible for carrying out the mandatory tests required for the quality control at his own cost. 12. The successful contractor shall provide the manufacturers certificate after dumping of material. 13. Insurance:- Insurance cover to Labour / Machinery / Work / Plant material / Equipment by the contractor shall be mandatory. 14. Court’s Jurisdiction:-In case of any disputes/differences between contractor and Department the jurisdiction shall be J&K State, . 15. Eligibility Criteria: i) Bidder should have valid Registration card issued by competent authority. ii). Aggregate turnover of the bidder should not be less than 50 lacs for last one years. iv) The bidder should have done Supply and Installations of Solar Street Lights in State/Central government: 16. Time Extension: - 24.1 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. 24.2 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. 24.3 Abnormal /bad weather or Serious loss or damage by fire or Civil commotion, strike or lockout (other than among the labour engaged by the 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. 17. The tender / bid is liable to rejection if it does not fulfil the requirements as laid down in NIT. 18. All other terms conditions are as per PWD Form 25 (Double agreement Form). 19.Quantity and wattage of different LED Solar Lights shall Be decided by BDC chairpersons.

Executive Engineer, EM&RE Division Kupwara.

Page 5 of 5