Вы находитесь на странице: 1из 17

1

OFFICE THE EXECUTIVE ENGINEER PWD (R&B) CONST. DIV. NO. II, JAMMU

SHORT NOTICE INVITING TENDER


e-NIT No. 143 of 2018-19 Dated 28-12-2018
Executive Engineer PW (R&B) Construction Division No. II, Jammu Department Jammu on
behalf of Governor of J&K State, invite tenders by e-tendering mode from approved and eligible
contractors registered with J&K State Govt. upto 1800 Hrs on 04-01-2019 for the following work.
S. Name of Work Name Estimate Cost of Earnest Time Time and Class of
No of d Cost document Money Allowed date of Contractor
Divisio (Rs. in lacs) (in Rs.) (in Rs.) for opening of
n complete tender
-on
1 2 3 4 5 6 7 8 9
1 Wiring & electrification PWD 37.86 600 75720 02 month 05-01-2019 “A” Class
of Writer Club at (R&B) (1400hrs) Electric
Abhinav Theatre, Const. Contractor
Jammu Div. No.
II Jammu

2 Supply, Installation & PWD 13.98 600 27960 01 month 05-01-2019 Registered
Manufacturers
Commissioning of (R&B) (1400hrs) / Distributors /
CCTV Surveillance Const. Authorized
System and Vigilance Div. No. dealers

Headquarters, Jammu II Jammu

1/ Date of Publishing from 29-12-2018


2/ The Bidding documents can be downloaded from the website http://jktenders.gov.in from on
29-12-2018 to 04-01-2019 (1800 Hrs).
3/ The Bids shall be deposited in electronic format on the website http://jktenders.gov.in from
29-12-2018 to 04-01-2019 upto (1800 Hrs). The bids received will be opened at (1400 Hrs) on
05-01-2019 on line.
4/ The complete bidding process will be on line. Bidders can resubmit/withdraw the bids as specified
i.e. within last date & time of uploading the tender.
5/ Technical bids of bidders shall be opened on line in the office of Executive Engineer PWD
(R&B) Const. Divn. No. II Jammu on 05-01-2019 at (1400 Hrs)
6/ Bid documents can be seen at and downloaded from the website http://jktenders.gov.in Bid
documents contain qualifying criteria for bidder, specifications, bill of quantities, conditions
and other details.
7/ The site for the work is available.
8/ Bids must be uploaded alongwith Scanned coy of cost of Tender Document in shape of e-
challan / copy of receipt from treasury favoring Executive Engineer PWD (R&B) Const.
Divn. No. II Jammu by crediting the requisite charges to the MH 0059 – PWD (Revenue).
Scanned copy of the earnest money / bid security in shape of CDR / FDR pledged to
Executive Engineer PWD (R&B) Const. Div. No. II, Jammu will also be required to be
uploaded alongwith. The Bank Guarantee should be valid for 45 days beyond bid validity. The
original instruments in respect of cost of documents, EMD and relevant documents of L1 bidder will
be required to be submitted to the Executive Engineer PWD (R&B) Const. Divn. No. II Jammu
within ten days of opening of financial bids on-line. No separate intimation about opening of financial
bids will be sent by this office / by the tender opening authority. In case the original documents are not
submitted by the L-1 bidder within ten days after opening of financial bid, the tender will be cancelled
and the bidder will not be allowed to participate in any further / future tendering process in the
Division for a period of One year.
2
9/- The date and time of opening of Financial-Bids will 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 / SMS on their registered mobile number. The
Financial-bids of Responsive bidders shall be opened online in the Office of Executive Engineer
PWD (R&B) Const. Divn. No. II Jammu.

The original documents, when submitted by L-1 for the cost of tender document, EMD specified in
the tender document should be same as uploaded on-line (scanned copies) other-wise the
allotment will not be issued, the tenders will be cancelled and the bidder will not be allowed to
participate in any further / future tendering process in the Division for a period of One year.
10/ Financial Bids will be opened in the office of the Executive Engineer PWD (R&B) Const.
Divn. No. II Jammu. If the office happens to be closed on the date of opening of the bids as
specified, the bids will be opened on the next working day at the same time and venue.
11/ The bid for the work shall remain open for acceptance for a period of 90 days from the date of
opening of bids. If any bidder/tenderer withdraws his bid/tender before the said period or
makes any modifications in the terms and conditions of the bid, the said earnest money shall
stand forfeited.
12/ No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the State Government is allowed to
work as a Contractor for a period of two years after his retirement from Government service,
without permission of the Government. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained
the permission of the Government as aforesaid before submission of the tender or engagement
in the Contractor’s Service.

Note: - Scan & upload all the documents on 100 dpi with black and white option.
1/- The department will not be responsible for delay in online submission due to any reasons.

2/- Bids must be uploaded alongwith Scanned copy of cost of Tender Document in
shape of e-challan / copy of receipt from treasury favoring Executive Engineer PWD
(R&B) Const. Divn. No. II Jammu by crediting the requisite charges to the MH 0059
– PWD (Revenue). Scanned copy of the earnest money / bid security in shape of
CDR / FDR pledged to Executive Engineer PWD (R&B) Const. Div. No. II, Jammu
will also be required to be uploaded alongwith.

Qualification of the Bidder


In order to qualify, all bidders shall upload the copies of documents as defined below:-
i) Registration Card duly renewed for the current financial year 2018-19.
ii) GST (Goods and Service Tax) alongwith latest returns of GSTR-3B.

iii) PAN Card.


13/ Other details can be seen in the bidding documents.

Instruction to bidders regarding e-tendering process


a/ The interested bidder can download the NIT/bidding document from the website
http://jktenders.gov.in
b/ To participate in bidding process, bidders have to get (DSC) “Digital Signature
Certificate” as per Information Technology Act-2000, to participate in online bidding.
This certificate will be required for digitally signing the bid. Bidders can get above
mentioned digital certificate from any approved vendors. The Bidders, who already
possess valid (DSC) Digital Signature Certificates, need not to procure new Digital
Signature Certificate.
3
c/ The bidders have to submit their bids online in electronic format with Digital
Signature. The bids cannot be uploaded without Digital Signature. No Proposal will be
accepted in physical form.
d/ Bids will be opened online as per time schedule mentioned in Para 3(c).
e/ Before submission of online bids, bidders must ensure that scanned copies of all the
necessary documents have been attached with bid.
f/ The department will not be responsible for delay in online submission of bids
whatsoever reasons may be.
g/ All the required information for bid must be filled and submitted online.
h/ The original documents, when submitted by L-1 for the cost of tender document, EMD
specified in the tender document should be same as uploaded on-line (scanned copies)
other-wise the allotment will not be issued, the tenders will be cancelled and the bidder
will not be allowed to participate in any further / future tendering process in the
Division for a period of One year.
i/ Bidders can contact the undersigned for any guidance for getting DSC or any other
relevant details in respect of e-tendering process.
14/ Bids from Joint Venture are not allowed.
Special Condition as per Finance Department Order No. OM No. A/24(2017)-651 dt. 07-06-2018.
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 is declared as
L-1 after opening of financial bids .
ii/- The cost of tenders should be collected by introducing e-challan or simply uploading a
copy of necessary treasury challan / receipt.
iii/- Similarly, instead of insisting on actual call deposit receipt, a copy of same duly pledged
to the concerned Department should be uploaded by the tenderers. However, before
allotting the work or issuing the supply order, the original CDR should be obtained and
kept on record.
No :- 15624-40
Dated : 28-12-2018 Sd/-
(Er. Rajan Mengi)
Executive Engineer
PWD (R&B) Const. Div. No. II
Jammu
Copy to the :-
01/ Chief Engin eer PW (R &B) Department Jammu for favour o f in fo rmation.
02-05/ Superintending Engi neer PWD (R&B) Ja mmu-Kathua Circle Jammu/
Udhampur/Rajouri/Doda for information.
06-09/ Executive Engineer PWD (R&B) Con st. Divn. No. Electric D ivision /
I/III/M.C Division Jammu and PWD (R&B) Division S amba for
information.
10-14/ Asstt. E xecutive Engi neer PWD (R&B) Sub Division City – Ist / City –II
Nagrota / Electric Su b Div. for informatio n.
15-16/ President Co ntractor Asso ciation Jammu/S amba for information .
17-19/ Head Assistant/Head Draftsman/Notic e B oard Divisional Offic e for
information.
GENERAL CONDITION AND INSTRUCTIONS TO THE TENDERERS.
The contractor shall quote item wise rates of each item advertised in word and
figures if contractor fails to quotes rate of any item his tender shall be out rightly
rejected.

1.1 QUALIFICATION:-
1.1.1 Only such “A” Class Electric Contractor may tender who are
registered with any of the following organizations, viz. State
Power Development Department/Electricity (state)
Boards/CPWD/MES.

1.1.2 Notwithstanding above, the Department reserves the right to


assess the tenderer’s capability and capacity to perform the
work, should the circumstances warrant such assessment in the
overall interest of the department.

1.2 SCOPE OF THE WORK:-


The scope of the work comprises of Wiring and Electrification of Writer
Club at Abhinav Theatre Jammu. and the work comprises of supply,
laying/installation, testing and commissioning of electrical wiring in recessed
PVC conduit for lighting, heating including providing of main and sub main
control panel as and where required as per design parameters to be provided
by the department.

1.3 SUBMISSION OF TENDERS:-


Part I This shall be named Technical Bid and shall comprise of Scanned copy of
following documents

i. Copy of EMD in the form of CDR/FDR


ii Copy of e-challan through Treasury indicating Treasury Voucher No. & date and
also indicating the name of work duly crediting to 0059-PWD (Revenue) favouring
Executive Engineer PWD (R&B) Const. Divn. No. II Jammu duly credited to 0059-
PWD (Revenue)

List of Document to be enclosed with the Bidding Document by the intending


Bidders (Bidders are advised to use “My Documents” area in their user on Jammu
& Kashmir jk e-Tendering portal to store their following documents which are
used in all Tenders and attach these certificates as Non Statutory documents while
submitting their bids).

The bidders should upload scanned copies of the following documents.


a. Bidding documents can be downloaded against the
payment of ` 600/- as mentioned in the above e-NIT
through e-challan/ Treasury Challan indicating Treasury
Voucher No. & Date and also indicating the name of work
duly crediting to 0059-PWD (Revenue) favouring Executive
Engineer PWD (R&B) Const. Divn. No. II Jammu.

b. Copy of GSTIN issued from CBEC/Commercial Tax


Department.
c. Copy of PAN Card.
e. CDR/FDR 2% of the advertised cost from any
Nationalized/Scheduled Bank pledged to tender opening
authority.
1.3.1 Financial Bid shall be in electronic format comprising of Bill of quantities.
This part shall contain price bid. The tenderer may quote rates for all the
items in BOQ.

OPENING OF THE TENDER:-


1.3.2 The tender shall be opened first on the due date and time in the presence of
the tenderer or their authorized representative, who wish to participate. The
price bids of only those tenders shall be opened whose downloaded
documents are found to be acceptable. The time and date of opening of price
bid shall be decided by the tender opening authority.
1.3.3 Scrutiny/evaluation of the tenders shall be done by Engineer-In-
Charge. Necessary clarification required by the department shall be
furnished by the tenderer within the time given by the department for
same.
1.3.4 In case the tender opening authority is not available for opening the
tenders on due date, the tender shall be opened on any subsequent
date convenient to him.

1.4 EARNEST MONEY:-


Earnest money shall be forfeited if the tenderers withdraw their tender
or revise the prices of their offer within validity period from the date of
opening of the tender. The Earnest Money shall also be forfeited in case
of tender who do not comply with the order, or violate any term or
conditions. For this, the order shall be deemed to have been placed from
the date of issue of letter of intent.

1.4.1 EARNEST MONEY SHALL BE RELEASED:-


i. In favour of unsuccessful tenderer immediately after finalization of the
tenders.
ii. In favour of successful tenderer after their completion of work and
obtains certificate of the effect from concerned Engineer-In-Charge.
1.5 GUARANTEE PERIOD:-
The tenderer shall guarantee all the materials/equipments supplied by
him and works executed by him against any defective design,
manufacture and workmanship for a period of 12 months from the date of
handing over to the department.
1.6 VALIDITY.:-
The tender shall be valid for a period of 90 days from the date of
opening of the tender.
1.7 TIME OF COMPLETION.:-
For achieving and adhering to time schedule, the contractor shall remain
in constant touch with the civil executing authority of the building and
proceed with his electrical works as per requirement of Civil Engineer-
In -charge and supervision of concerned Electrical wing of R&B.
1.8 The tenderer shall quote for the complete scope of the work as per price
schedule advertised rate list in words and figures. The offer with
insufficient particulars in any respect shall lead to rejection even if the
offer is competitive.
1.9 The department may revise or amend the specifications and other
condition to the date notified for receiving of the tenders. Such revisions
and amendments shall be communicated to the prospective tenders.

1.10 Any action taken or any proceeding initiated on any of the terms of this
contract shall be only in the court of competent jurisdiction under the
High Court of J&K.
1.11 The tenderer shall quote FIRM rates for all items as per the price
schedule/advertised rate list.
1.12 The contractor shall be responsible for all the losses/damages during
transit of the supplies/material at site, till handing over of the system to
concerned department. The Department shall not be responsible for any
work man’s compensation, 3rd party liability etc. and the contractor shall
obtain the policies to cover all the risks upto final handing over the
system to the Department.
1.13 The contractor shall make his own arrangement for water, electricity,
storing facility, watch and ward of the material till handing over the
system to the concerned Department.

1.14 Mode of payment.:-


The mode of payment to the contractor shall be as follows:-
i). 95% of the payment due will be paid after successfully Wiring and
Electrification of Writer Club at Abhinav Theatre Jammu.

ii). 5% of the remaining payment shall be released after successful


completion of guarantee/defect liability period 12 months to be
reckoned from the date of handing over the system to the
department and fulfilling of requirements general.
.
1.15 Arbitration.:-
Any dispute (s) arising between the parties shall be referred to the sole Arbitrator
Chief Engineer, PW (R&B) Department Jammu under the J&K Arbitration Act
Samvat 2003. The decision of the Arbitrator shall be conclusive and binding upon the
parties. However contractor shall not delay the execution of work by reasons
of any reference to Arbitration and shall proceed with the work with due
diligence and no payment due to the contractor shall be with held on account
of such proceeding except to the extent which may be disputed.
1.16 Termination of Contract
In case the contractor fails to comply to the terms and condition of the
contract or fails to replace defective material/equipment, within the
stipulated period, the department shall without prejudice to other remedies
available to it under law, be competent to terminate the contract after 30 days
clear notice to contractor and forfeited of security deposit thereof. Penalty of
10% of the value of contract shall be imposed if contractor fails to execute the
work in time or fails to maintain the system during guarantee period.

1.17 In addition to the items covered in the schedule of work and specification, the
following shall be included in the scope of work within the quoted rates.
i). Electricity and water during execution and testing thereof.
ii). Any civil works including excavation, refilling as required at site
upto surface making or any damages to construction works to the
entire satisfaction of Engineer-In-Charge.
iii). Disposal of waste material etc. from site of execution.
iv). The space for storing material including its watch shall be the
responsibility of the contractor.

Note.:- i). The material to be used out of list of approved makes and shall be
on the sole discretion of PWD (R&B) Electric. Div. Jammu. and shall be
binding on the firm.
OFFICE OF THE EXECUTIVE ENGINEER PWD(R&B)ELECTRIC DIVISION JAMMU
After the threadbare discussions/ meetings held amongst the members of the committee of officers / officials constituted vide
PWD(R&B) Electric Div. Jammu’s No. EDJ/88-122 dt: 14.05.2018 regrading the approval of makes for different materials to
be used in the execution of Electrical related works falling under the jurisdiction of PWD (R&B) Electric Division Jammu, the
following list of the makes of different material has been finalised & stands approved.

ANNEXURE - "A"
List of Approved Makes of Manufacture for different Material to be used in the execution of Electrical related
works falling under the jurisdiction of PWD (R&B) Electric Division Jammu w.e.f 27-08-2018.
S.No. Descriptions of Material Approved Make

1 FRLS PVC insulated copper conductor wires 650/1100 Havells, Finolex, Anchor, Polycab, KEI (Grade A), Paramount, Gold Medal, Great
volts grade. White, Bonton.
2 PVC conduits and accessories UI Plast, AKG, Finolex. Kamplast, Ravindra, Poly Pack, High power, Anchor,
National Gold.
3 Steel conduits & accessories BEC, AKG, Steel Craft, Ravindra
4 Switches, Socket outlets, Telephone Jack, Electronic Anchor, Legrand, Havells, Indo Asian, Gold Medal, Schneider, Wipro, Great
regulator, Batten/Angle Holder, Ceiling Rose etc. White.
5 PVC insulated Aluminium power Cable Heavy duty Grandlay, Havells, Cable Corporation of India, PolyCab, KEI, Paramount.
1100V grade.
6 Telephone wires/cables Finolex, Delton, Anchor, KEI, Polycab, Great White, Bonton.
7 HRC Fuse Units GEC,Alsthom, L&T, Havells, Siemens.
8 Distribution Boards Havells, Schneider, Legrand, Indo Asian, Gold medal.
9 Earthing
9 Plate Earthing Hot dipped Galvanized.
9 Chemical Earthing Astha, BEE, JMV. OBO. Ampere protection.
10 Screws, washers, Nuts and Bolts Brass
11 Phenolic laminated sheet cover 3mm thick white Hylam
12 Ammeter/Voltmeter AE, L&T, Universal, Rishabh.
13 Current/Voltage transformers AE, AEC, Siemens
14 Selector Switch Kay Cee, Siemens, L&T
15 Indicating lamp Essen, Siemens
16 Cable Glands Siemens, Gripwell, Comet, Dowells, 3D
17 Lugs Dowels, 3D
18 Light fixtures Philips, Jaquar, Havells, Crompton, Wipro, Panasonic, Compact, Polycab, Lightup,
Gold medal, Great White, Clair, Bajaj.
19 LED Bulbs Philips, Jaquar, Havells, Surya, Crompton, Panasonic, Compact, Gold medal, Great
White, Clair.
20 LED Street luminaries Philips, Jaquar, Havells, Wipro, Siemens, Gold medal, Clair, Compact.
21 Celling Fan (5 Star Rating) Havells, Orient, Crompton, Almonard, Areva, Great White, Bajaj.
22 Exhaust Fan (Heavy Duty) Havells, Orient, Crompton, Almonard, Areva, Bajaj.
23 Call Bell, Buzzars/ Indicators Glolite, Anchor, Gold Medal, Great White.
24 Digital Meters Automatic Electric, Universal Electric, Rishabh, Bentex, Havells, L&T.
25 Air conditioners Mitsubishi, O General, Blue Star, Hitachi, Diakin, Samsung, Carrier, Voltas, LG.
(Split/Window/Tower/Cassette/VRF/VRV type)
26 MCB/MCCB/ Isolators/ RCCB's / ELCCB/ Change over Havells, Legrand, Anchor , Schneider, L&T, Indo Asian, ABB, Gold Medal.
switch MCB type.
27 Main Panel/ Sub Main Panel/ Feeder Panel. Electricfield, Electro Fit, Jai Ma, Simons, Power Control System, ABB, HENSAL,
Gupta & Friends.
28 Fire Alarm and Detection Work Honeywell, Bosch, Siemens, Notifier.
29 UPS Emerson, APC, PEGASUS, NUMERIC, Hitachi Hi -Rel, Amara Raja, Power One,
Microtek, Luminous.
30 CCTV Sony, Samsung, Pelco, Bosch, Honeywell, Panasonic.
31 Cable trays & Ladder Profab, Steelways, Slotco.
32 Under floor raceway and junction boxes and cable Legrand, SSK.
management
33 Air Circuit Breakers Siemens 3 WL, ABB EMAX, Schneider, MG Master Pact, L&T.

S.No. Descriptions of Material Approved Make

34 Geyser Crompton, Racold, Jaquar, Havells, Almonard, AO Smith, Venus.


35 Lift Otis, Johnson, Thyssen Kurpp Elevator, India Kone Elevators, Mitsubishi.
36 D.G Set
36 Engine Cummins, Leyland, Caterpillar, Mahindra, Eicher.
36 Alternator Siemens, Kirloskar, Crompton, Stamford.
37 Motor Siemens, Kalsi, Crompton .
38 Battery Exide, Emco, Amara Raja, Amaron, Luminous.
39 Battery Charger Electronic System, Serulink C&S.
40 Energy Meter BHEL, HPL, ECE, GEC, Havells BCH, Secure.
41 Tape Roll PVC Steel Grip, Anchor, Miracle.
42 Pipes Jindal, Tata, BST, Finolex.
43 Flood Lights/Halogen Light Philips, Jaquar, Havells, Wipro, Clair.
44 High Mast Lights Philips, Jaquar, Havells, Wipro,Clair.
45 Change Over Switches Havells, Indo Asian, HPL, L&T.
46 Wall Mounting Fan Crompton, rallies, Orient, Havells, Almonard, Luminous.
47 Fire Extinguisher Safex, Firestone, ceasefire, Sabepro, Firestop.
48 Water Coolers Voltas, Blue Star, Usha.
49 Lighting Arrestor Nimbus, Ashlok, Oblum, Elpro, Indilec.
50 Automatic Voltage Stabilizer
50 Upto 10 KVA Automatic Electric, Electric field, Power Control System, Servomax, Servokon,
Luminous, Jai Ma
50 Above 10 KVA Automatic Electric, Electric field, Brent Ford Andrew yule, Power Control
System , Jindal, Jai Ma.
51 LED Display/TV Samsung, Sony.
52 Hard Disk External/Internal (NVR). WD, Seagate.
53 Chandelier Jaquar.
Terms & Conditions.
1 The list is indicative. The make of the material to be used during execution out of the list of approved makes shall be on the sole discretion of
Executive Engineer PWD (R&B) Electric Div. Jammu and shall be binding on the firm/contractor.

2 Any additional item/brand/make not approved in the above list may be used only after getting due approval from Executive Engineer PWD (R&B)
Electric Division Jammu as per requirement.
3 In case of accessories/light Fixtures etc, only Top/2nd Top series of the Approved make is to be used as decided & approved by the Executive
Engineer PWD (R&B) Electric Division Jammu subject to the requirement/nature of the building.

4 The firm/contractor shall ensure that there will be no difference in quality, design, shape, dimensions, weight etc between the approved sample of
the product and the material supplied/used. Further, the firm/contractor shall maintain the Quality of its products supplied/installed in
conformity with the documents/certificates submitted, failing to do so will lead to the cancellation of approval.

5 The firm/contractor shall stand a warranty to replace items of its product range if found damaged/defective without any condition.

6 The firm/contractor shall permanently print mark the specifications, date/month of manufacture etc on its product range.

7 The price list/literature/drawings should be sent to the office of Executive Engineer PWD (R&B) Electric Division Jammu as and when rates are
revised by the firm.
8 The Executive Engineer PWD (R&B) Electric Division Jammu reserves the right to modify or withdraw this list of approved makes partially or in
full at any point of time without assigning any reason. Any change in list of approved makes shall be made only after the same is agreed upon by
the Executive Engineer PWD(R&B) Electric Division, Jammu.
No.:-
Date

sd/-
Executive Engineer
PWD(R&B)Electric Div.
Jammu.
GENERAL CONDITION AND INSTRUCTIONS TO THE TENDERERS.

The contractor shall quote item wise rates of each item advertised in word and
figures if contractor fails to quotes rate of any item his tender shall be out rightly
rejected.

1.1 QUALIFICATION:-
1.1.1 Only Registered Manufacturers, Distributors, Authorized
Dealers.

1.1.2 Notwithstanding above, the Department reserves the right to


assess the tenderer’s capability and capacity to perform the
work, should the circumstances warrant such assessment in the
overall interest of the department.

1.2 SCOPE OF THE WORK:-


The scope of the work comprises of Supplying, Installation and
Commissioning of CCTV Surveillance System at Vigilance Headquarters
Jammu.

1.3 SUBMISSION OF TENDERS:-


Part I This shall be named Technical Bid and shall comprise of Scanned copy of
following documents
i. Copy of EMD in the form of CDR/FDR
ii Copy of e-challan through Treasury indicating Treasury Voucher No. & date and
also indicating the name of work duly crediting to 0059-PWD (Revenue) favouring
Executive Engineer PWD (R&B) Const. Divn. No. II Jammu duly credited to 0059-
PWD (Revenue)
List of Document to be enclosed with the Bidding Document by the intending
Bidders (Bidders are advised to use “My Documents” area in their user on Jammu
& Kashmir jk e-Tendering portal to store their following documents which are
used in all Tenders and attach these certificates as Non Statutory documents while
submitting their bids).

The bidders should upload scanned copies of the following documents.


a. Bidding documents can be downloaded against the
payment of ` 600/- as mentioned in the above e-NIT
through e-challan/ Treasury Challan indicating Treasury
Voucher No. & Date and also indicating the name of work
duly crediting to 0059-PWD (Revenue) favouring Executive
Engineer PWD (R&B) Const. Divn. No. II Jammu.
b. Copy of GSTIN issued from CBEC/Commercial Tax
Department.
c. Copy of PAN Card.

e. CDR/FDR 2% of the advertised cost from any


Nationalized/Scheduled Bank pledged to tender opening
authority.
1.3.1 Financial Bid shall be in electronic format comprising of Bill of quantities.
This part shall contain price bid. The tenderer may quote rates for all the
items in BOQ.

OPENING OF THE TENDER:-

1.3.2 The tender shall be opened first on the due date and time in the presence of
the tenderer or their authorized representative, who wish to participate. The
price bids of only those tenders shall be opened whose downloaded
documents are found to be acceptable. The time and date of opening of price
bid shall be decided by the tender opening authority.
1.3.3 Scrutiny/evaluation of the tenders shall be done by Engineer-In-
Charge. Necessary clarification required by the department shall be
furnished by the tenderer within the time given by the department for
same.
1.3.4 In case the tender opening authority is not available for opening the
tenders on due date, the tender shall be opened on any subsequent
date convenient to him.

1.4 EARNEST MONEY:-

Earnest money shall be forfeited if the tenderers withdraw their tender


or revise the prices of their offer within validity period from the date of
opening of the tender. The Earnest Money shall also be forfeited in case
of tender who do not comply with the order, or violate any term or
conditions. For this, the order shall be deemed to have been placed from
the date of issue of letter of intent.

1.5 GUARANTEE PERIOD:-

The tenderer shall guarantee all the materials/equipments supplied by


him and works executed by him against any defective design,
manufacture and workmanship for a period of 24 months from the date of
handing over to the department.

1.6 VALIDITY.:-
The tender shall be valid for a period of 90 days from the date of
opening of the tender.

1.7 TIME OF COMPLETION.:-


For achieving and adhering to time schedule, the contractor shall remain
in constant touch with the civil executing authority of the building and
proceed with his electrical works as per requirement of Civil Engineer-
In -charge and supervision of concerned Electrical wing of R&B.
1.8 The tenderer shall quote for the complete scope of the work as per price
schedule advertised rate list in words and figures. The offer with
insufficient particulars in any respect shall lead to rejection even if the
offer is competitive.
1.9 The department may revise or amend the specifications and other
condition to the date notified for receiving of the tenders. Such revisions
and amendments shall be communicated to the prospective tenders.

1.10 Any action taken or any proceeding initiated on any of the terms of this
contract shall be only in the court of competent jurisdiction under the
High Court of J&K.

1.11 The tenderer shall quote FIRM rates for all items as per the price
schedule/advertised rate list.

1.12 The contractor shall be responsible for all the losses/damages during
transit of the supplies/material at site, till handing over of the system to
concerned department. The Department shall not be responsible for any
work man’s compensation, 3rd party liability etc. and the contractor shall
obtain the policies to cover all the risks upto final handing over the
system to the Department.

1.13 The contractor shall make his own arrangement for water, electricity,
storing facility, watch and ward of the material till handing over the
system to the concerned Department.

1.14 Pre-bid Meeting.


Pre-bid meeting shall be held in the office of Executive Engineer
PWD(R&B)Electric. Division Jammu after 8 days the uploading of the
tender.

1.15 Mode of payment.:-


The mode of payment to the contractor shall be as follows:-
i). 90% of the payment due will be paid after successfully Supplying,
Installation and Commissioning of CCTV Surveillance System at
Vigilance Headquarters Jammu.

ii). 10% of the remaining payment shall be released after successful


completion of guarantee/defect liability period 24 months to be
reckoned from the date of handing over the system to the
department and fulfilling of requirements general.

1.16 Arbitration.:-
Any dispute (s) arising between the parties shall be referred to the sole Arbitrator
Chief Engineer, PW (R&B) Department Jammu under the J&K Arbitration Act
Samvat 2003. The decision of the Arbitrator shall be conclusive and binding upon the
parties. However contractor shall not delay the execution of work by reasons
of any reference to Arbitration and shall proceed with the work with due
diligence and no payment due to the contractor shall be with held on account
of such proceeding except to the extent which may be disputed.
1.17 Termination of Contract
In case the contractor fails to comply to the terms and condition of the
contract or fails to replace defective material/equipment, within the
stipulated period, the department shall without prejudice to other remedies
available to it under law, be competent to terminate the contract after 30 days
clear notice to contractor and forfeited of security deposit thereof. Penalty of
10% of the value of contract shall be imposed if contractor fails to execute the
work in time or fails to maintain the system during guarantee period.

1.18 In addition to the items covered in the schedule of work and specification, the
following shall be included in the scope of work within the quoted rates.
i). Electricity and water during execution and testing thereof.
ii). Any civil works including excavation, refilling as required at site
upto surface making or any damages to construction works to the
entire satisfaction of Engineer-In-Charge.
iii). Disposal of waste material etc. from site of execution.
iv). The space for storing material including its watch shall be the
responsibility of the contractor.
Note.:- i). The material to be used out of list of approved makes and shall be
on the sole discretion of PWD (R&B) Electric. Div. Jammu. and shall be
binding on the firm.
A. Pre-qualification criteria;
1. OEM should be a reputed global manufacturer with its own product
manufacturing and R&D and should have a registered office in India with its local
sales & support team.
2. OEM or its national distributor should have a registered sales/service office in
J&K.
3. OEM or the vendor should have never been blacklisted/banned/barred by any
national or international agency or government.
4. OEM must have necessary product certifications like UL, CE, FCC and Cyber
Essentials. And the product supplied should never be hackable in any case.
Undertaking in this regard to be furnished by the OEM.
5. The MAC address of IP cameras/recorders must be registered in the name of the
OEM.
6. The participating vendor should have a proven experience of over 2 years in
executing such projects in Govt departments. Necessary supply orders along with
completion & performance reports for the last two years to be attached.
7. The participating firms/companies must have ISO 9001: 2015 Certification and
should have an experienced technical team to execute such projects. Documentary
proof to be attached.
8. The participating firms/companies must have an average turnover of at least 30
Lacs. for the last 2 years.
9. The participating firms/companies must have executed a single work order of at
least 10 lacs or two work orders of 5 lacs each in the last two years. Documentary
proof to be attached.
10. The participating firms/companies must have a local sales/service office in J&K
for last 2-3 years so as to ensure on-time and on-site service support.
11. The participating firm/company must be an Authorized Project System Integrator
of the OEM and should have already executed the CCTV projects with the same
OEM for last 2 years. This is to ensure the proper association/relationship
between the OEM & the vendor for better services and support. Documentary
proof to be furnished.
12. The participating firms/companies to furnish the Manufacturer’s Authorization
Letter for this project. MAF to mention the contact details of the OEM’s local
office in India so that the certificate validity may be confirmed.
13. The participating firms/companies must furnish the ITR for the last two years
ending 31st March 2018.
14. OEM or the vender should provide service and support within 24 hours,
countdown otherwise there will be penalty of Rs. 1000/- per day for first seven
days and after seven days Rs.2000/- per day including Sunday & Gazetted
Holidays.
1. 16-Channel 4K Network Video Recorder (NVR)
Description Compliance
• Up to 16CH 12MP supported
• 180Mbps network camera recording
• Plug & play by 16 PoE/PoE+ ports
• Max. 8HDDs, e-SATA storage supported
• HDD removable (Easy install)
• HDMI / VGA local monitor, 4K Video Output
• H.265, H.264, MJPEG Multiple Streaming Support
• Two-way Audio Communication
• Recording Bandwidth: 180Mbps, 12M 16 camera real-time recording
• 48TB Internal storage support : 8 SATA (HDD removable at front)
• ONVIF Profile.
• Security: IP address filtering, User access log, 802.1x authentication, Encryption
• Ethernet: RJ-45 16ea (PoE/PoE+, 100Mbps), RJ-45 2ea (LAN/WAN, 1Gbps)
• Indicators: Power status LED 1ea, HDD action LED 1ea, Alarm status LED 1ea,Record status
LED 1ea, Network action LED 1ea, Back up LED 1ea
• Fisheye Dwarping, HDMI, VGA out
• Cyber essential, UL, CE, FCC certified. OEM must have EN & ISO quality certification.
Make: Samsung, Sony and Bosch.
OFFICE OF THE EXECUTIVE ENGINEER PWD(R&B)ELECTRIC DIVISION JAMMU
After the threadbare discussions/ meetings held amongst the members of the committee of officers / officials constituted
vide PWD(R&B) Electric Div. Jammu’s No. EDJ/88-122 dt: 14.05.2018 regrading the approval of makes for different
materials to be used in the execution of Electrical related works falling under the jurisdiction of PWD (R&B) Electric
Division Jammu, the following list of the makes of different material has been finalised & stands approved.

ANNEXURE - "A"
List of Approved Makes of Manufacture for different Material to be used in the execution of Electrical related
works falling under the jurisdiction of PWD (R&B) Electric Division Jammu w.e.f 27-08-2018.
S.No. Descriptions of Material Approved Make

1 FRLS PVC insulated copper conductor wires Havells, Finolex, Anchor, Polycab, KEI (Grade A), Paramount, Gold Medal, Great
650/1100 volts grade. White, Bonton.
2 PVC conduits and accessories UI Plast, AKG, Finolex. Kamplast, Ravindra, Poly Pack, High power, Anchor,
National Gold.
3 Steel conduits & accessories BEC, AKG, Steel Craft, Ravindra
4 Switches, Socket outlets, Telephone Jack, Electronic Anchor, Legrand, Havells, Indo Asian, Gold Medal, Schneider, Wipro, Great
regulator, Batten/Angle Holder, Ceiling Rose etc. White.
5 PVC insulated Aluminium power Cable Heavy duty Grandlay, Havells, Cable Corporation of India, PolyCab, KEI, Paramount.
1100V grade.
6 Telephone wires/cables Finolex, Delton, Anchor, KEI, Polycab, Great White, Bonton.
7 HRC Fuse Units GEC,Alsthom, L&T, Havells, Siemens.
8 Distribution Boards Havells, Schneider, Legrand, Indo Asian, Gold medal.
9 Earthing
9 Plate Earthing Hot dipped Galvanized.
9 Chemical Earthing Astha, BEE, JMV. OBO. Ampere protection.
10 Screws, washers, Nuts and Bolts Brass
11 Phenolic laminated sheet cover 3mm thick white Hylam
12 Ammeter/Voltmeter AE, L&T, Universal, Rishabh.
13 Current/Voltage transformers AE, AEC, Siemens
14 Selector Switch Kay Cee, Siemens, L&T
15 Indicating lamp Essen, Siemens
16 Cable Glands Siemens, Gripwell, Comet, Dowells, 3D
17 Lugs Dowels, 3D
18 Light fixtures Philips, Jaquar, Havells, Crompton, Wipro, Panasonic, Compact, Polycab,
Lightup, Gold medal, Great White, Clair, Bajaj.
19 LED Bulbs Philips, Jaquar, Havells, Surya, Crompton, Panasonic, Compact, Gold medal,
Great White, Clair.
20 LED Street luminaries Philips, Jaquar, Havells, Wipro, Siemens, Gold medal, Clair, Compact.
21 Celling Fan (5 Star Rating) Havells, Orient, Crompton, Almonard, Areva, Great White, Bajaj.
22 Exhaust Fan (Heavy Duty) Havells, Orient, Crompton, Almonard, Areva, Bajaj.
23 Call Bell, Buzzars/ Indicators Glolite, Anchor, Gold Medal, Great White.
24 Digital Meters Automatic Electric, Universal Electric, Rishabh, Bentex, Havells, L&T.
25 Air conditioners Mitsubishi, O General, Blue Star, Hitachi, Diakin, Samsung, Carrier, Voltas, LG.
(Split/Window/Tower/Cassette/VRF/VRV type)
26 MCB/MCCB/ Isolators/ RCCB's / ELCCB/ Change over Havells, Legrand, Anchor , Schneider, L&T, Indo Asian, ABB, Gold Medal.
switch MCB type.
27 Main Panel/ Sub Main Panel/ Feeder Panel. Electricfield, Electro Fit, Jai Ma, Simons, Power Control System, ABB, HENSAL,
Gupta & Friends.
28 Fire Alarm and Detection Work Honeywell, Bosch, Siemens, Notifier.
29 UPS Emerson, APC, PEGASUS, NUMERIC, Hitachi Hi -Rel, Amara Raja, Power One,
Microtek, Luminous.
30 CCTV Sony, Samsung, Pelco, Bosch, Honeywell, Panasonic.
31 Cable trays & Ladder Profab, Steelways, Slotco.
32 Under floor raceway and junction boxes and cable Legrand, SSK.
management
33 Air Circuit Breakers Siemens 3 WL, ABB EMAX, Schneider, MG Master Pact, L&T.

S.No. Descriptions of Material Approved Make

34 Geyser Crompton, Racold, Jaquar, Havells, Almonard, AO Smith, Venus.


35 Lift Otis, Johnson, Thyssen Kurpp Elevator, India Kone Elevators, Mitsubishi.
36 D.G Set
36 Engine Cummins, Leyland, Caterpillar, Mahindra, Eicher.
36 Alternator Siemens, Kirloskar, Crompton, Stamford.
37 Motor Siemens, Kalsi, Crompton .
38 Battery Exide, Emco, Amara Raja, Amaron, Luminous.
39 Battery Charger Electronic System, Serulink C&S.
40 Energy Meter BHEL, HPL, ECE, GEC, Havells BCH, Secure.
41 Tape Roll PVC Steel Grip, Anchor, Miracle.
42 Pipes Jindal, Tata, BST, Finolex.
43 Flood Lights/Halogen Light Philips, Jaquar, Havells, Wipro, Clair.
44 High Mast Lights Philips, Jaquar, Havells, Wipro,Clair.
45 Change Over Switches Havells, Indo Asian, HPL, L&T.
46 Wall Mounting Fan Crompton, rallies, Orient, Havells, Almonard, Luminous.
47 Fire Extinguisher Safex, Firestone, ceasefire, Sabepro, Firestop.
48 Water Coolers Voltas, Blue Star, Usha.
49 Lighting Arrestor Nimbus, Ashlok, Oblum, Elpro, Indilec.
50 Automatic Voltage Stabilizer
50 Upto 10 KVA Automatic Electric, Electric field, Power Control System, Servomax, Servokon,
Luminous, Jai Ma
50 Above 10 KVA Automatic Electric, Electric field, Brent Ford Andrew yule, Power Control
System , Jindal, Jai Ma.
51 LED Display/TV Samsung, Sony.
52 Hard Disk External/Internal (NVR). WD, Seagate.
53 Chandelier Jaquar.
Terms & Conditions.
1 The list is indicative. The make of the material to be used during execution out of the list of approved makes shall be on the sole discretion of
Executive Engineer PWD (R&B) Electric Div. Jammu and shall be binding on the firm/contractor.

2 Any additional item/brand/make not approved in the above list may be used only after getting due approval from Executive Engineer PWD
(R&B) Electric Division Jammu as per requirement.
3 In case of accessories/light Fixtures etc, only Top/2nd Top series of the Approved make is to be used as decided & approved by the Executive
Engineer PWD (R&B) Electric Division Jammu subject to the requirement/nature of the building.

4 The firm/contractor shall ensure that there will be no difference in quality, design, shape, dimensions, weight etc between the approved
sample of the product and the material supplied/used. Further, the firm/contractor shall maintain the Quality of its products
supplied/installed in conformity with the documents/certificates submitted, failing to do so will lead to the cancellation of approval.

5 The firm/contractor shall stand a warranty to replace items of its product range if found damaged/defective without any condition.

6 The firm/contractor shall permanently print mark the specifications, date/month of manufacture etc on its product range.

7 The price list/literature/drawings should be sent to the office of Executive Engineer PWD (R&B) Electric Division Jammu as and when rates
are revised by the firm.
8 The Executive Engineer PWD (R&B) Electric Division Jammu reserves the right to modify or withdraw this list of approved makes partially or
in full at any point of time without assigning any reason. Any change in list of approved makes shall be made only after the same is agreed
upon by the Executive Engineer PWD(R&B) Electric Division, Jammu.
No.:-
Dat

sd/-
Executive Engineer
PWD(R&B)Electric Div.
Jammu.

Signature Not Verified


Digitally signed by PARVEEN SHARMA
Date: 2018.12.29 15:18:53 IST
Location: Jammu and Kashmir

Вам также может понравиться