Expired Tender for Slope Restoration and Stabilization at Bailey Bridge by Jammu & Kashmir Power Development Corporation Limited

Organization JKSPDC CE Country India
Contact Executive Engineer, Civil Maintenance Division BHEP Tel. Click to view
E-mail Click to view Address Office of the Executive Engineer Civil Maintenance Division BHEP Chanderkote
Release Date 2026-03-05 Validity 2026-03-11
Details
Notice Type Tender Announcement
Notice Number 130039294
Description

Project Name: Slope Restoration and Stabilization Works from the CR Adit of HRT to Bailey Bridge

Project Location: In the area of the Baglihar Hydro Electric Project (900MW), Jammu & Kashmir, India, specifically on the river bank slope between the Head Race Tunnel (HRT) Adit and the Bailey Bridge.

Project Background: On August 26-27, 2025, the area experienced heavy rainfall and flash floods, with the Chenab River flow exceeding 8600 cubic meters per second, causing multiple damages to the road slopes leading to the HRT Adit and Stilling Basin. This project aims to restore access and prevent further damage.

Estimated Cost: Rs. 6.7956 Crore

Tender Document Fee: Rs. 5,000 (to be deposited electronically via net banking, etc., into the specified account)

Bid Security / EMD: Rs. 13,59,128 (to be submitted in the form of CDR/FDR/BG, valid for 45 days beyond the bid validity period)

Contract Period: 12 months (commencing from the 7th day after the issue of the Letter of Award/Work Order)

Defect Liability Period: 18 months (from the date of issuance of the Completion Certificate)

Bidder Qualification Grade: Class 'A' and above Contractors

Source of Funds: Government Funds

Re-tender Notice: This is a re-tender; previously only 2 bids were received and both were found non-responsive.

Technical Bid Opening Venue: Chief Engineer Civil Baglihar H E Project Chanderkote

Pre-Bid Meeting Time: March 6, 2026, 15:00 Hrs

Pre-Bid Meeting Venue: Office of the Chief Engineer (Civil) BHEP Chanderkote Ramban, J&K

Bid Submission Method: Online submission through the J&K Government e-Procurement Portal (www.jktenders.gov.in)

Bid Validity Period: 180 days from the date of opening of the Financial Bid

Bid Security Validity: 45 days beyond the Bid Validity Period

Bid Security Submission Account:

Bank Name: Jammu & Kashmir Bank Ltd

Branch: Chanderkote

Branch Code: CHNDAR

IFSC Code: JAKA0CHNDAR

Account Number: CD - 0240010200000002

Payee: Chief Pay & Accounts Officer, BHEP Chanderkote

Bidder Eligibility Requirements:

Must be a registered Class 'A' and above Contractor with Government Departments like PWD, PDC, CPWD, MES, etc.

In the last 10 years, as a sole contractor, must have completed at least one buttress retaining wall work with a minimum height of 7.5 meters and a minimum length of 10 meters, with a single contract value not less than 80% of the advertised estimated cost (or two contracts each not less than 50%, or three contracts each not less than 40%).

In the last 10 years, must have completed anchor-bolted PCC revetment work with a minimum height of 5 meters and a minimum length of 20 meters.

Must own or ensure availability of key equipment: Concrete Batching Plant, Transit Mixer, Concrete Pump, Drilling Equipment, Grouting Equipment, Formwork System.

Average annual construction turnover in the last 3 years should not be less than 30% of the advertised estimated cost.

Net worth must be positive for three consecutive years and not less than the paid-up capital in the last financial year.

Working capital capacity should not be less than 25% of the advertised estimated cost.

Bidding capacity must satisfy the formula: 2 × A × N - B is not less than the value of this work.

No record of contract non-performance due to own default in the last 10 years.

Not blacklisted/debarred from bidding by any Government agency/department.

No insolvency resolution process initiated under IBC 2016.

Only Indian contractors are eligible. Consortium bids are not accepted. Subcontracting is not permitted.

Site Visit Requirement: The bidder must inform the tendering authority at least three days before the bid submission deadline and, after obtaining necessary passes, obtain a site visit certificate from the BHEP administration. This certificate must be uploaded during bid submission.

Digital Signature Certificate: The bidder must possess a valid Digital Signature Certificate as per the IT Act 2000.

Bid Document Composition: Two-envelope system is adopted.

Cover-I (Technical Bid): Requires uploading registration certificate, PAN card, GST and latest return, notarized affidavit, proof of similar work experience, proof of EMD and tender document fee payment, site visit certificate, financial status proof, list of technical personnel, list of machinery & equipment, etc.

Cover-II (Price Bid): Online submission of the filled Bill of Quantities.

Scope of Works and Services:

Overall Design Responsibility: The contractor shall conduct detailed site investigation and be responsible for the design of all protective structures, including necessary geotechnical investigation, topographical survey, and structural studies to finalize the design and construction methodology. All investigation and design work must be approved by the EIC. The design shall be submitted by an EIC-approved consultant and reviewed by an agency approved by the EIC.

Part-1 - Buttress Retaining Wall:

Scale: Length over 40 meters, height over 15 meters.

Structural Composition: Reinforced concrete structure including wall, base slab, heel slab, toe slab, buttresses, filter layer, drainage layer, backfill, foundation strengthening measures, and benched slope excavation.

Anchoring Requirements:

The base slab must be anchored into the rock with suitable rock bolts/grouted dowels.

Each buttress must be properly anchored and embedded into the rock foundation to ensure resistance against sliding, overturning, uplift, and seismic forces.

Bolt design shall follow relevant IS, IRC, and international guidelines, considering rock quality, joint orientation, water pressure, and long-term performance.

Design Considerations: Seismic loads, earth pressure (active/passive), hydrostatic pressure and seepage, surcharge loads from road and vehicles, and any other factors as per codes.

Long-term Stability and Durability: Must meet code requirements.

Part-2 - PCC Revetment:

Scale: Total length approx. 115 meters (to be executed in parts), located on the river bank slope, height approx. 15 meters.

Technical Requirements:

Rigid structure, anchored to the existing rock with suitable bolts.

Strength sufficient to withstand impact forces from flowing water and debris.

Permeability achieved through provision of weep holes to relieve hydrostatic pressure.

Thickness to be adequate for stability requirements.

Part-3 - Gabion Mattress Protection:

Scale: Total length approx. 35 meters, located on river bank slopes with no sound rock, height not less than 5 meters.

Technical Requirements:

Ensure stability of the restored embankment and prevent erosion.

Use high-strength, impact-resistant rock fill material.

Thickness to be determined based on design results.

Gabion mattress shall be woven, galvanized, conforming to relevant IS standards, to retain the fill material.

Final Bill of Quantities (BOQ) Submission: The contractor shall submit the final BOQ based on the design approved by the EIC. Upon EIC's approval, the final BOQ shall supersede the original BOQ in terms of items and quantities, but shall not alter the original quoted percentages (above or below). The total cost of all items shall not exceed the sanctioned amount. Any item not covered in the BOQ shall be paid as per SSR 2022 adjusted by the contractor's quoted percentage; for non-SSR items, proof of minimum market rate shall be provided and approved by the EIC.

De-watering Work: If required, the contractor shall execute it based on site conditions and his adopted methodology, and no claim shall be entertained for the same. De-watering shall not be allowed as a separate item in the final BOQ.

Implied Works: Any work essential for the stability, safety, functionality, and durability of the structures, even if not explicitly mentioned, shall be deemed included in the contractor's obligations and must be completed within the sanctioned cost without deviation.

Survey & Design Costs: Costs for survey, design, etc., are limited to the cost of relevant items in the original sanctioned amount. No extra charges shall be claimed nor allowed in the revised BOQ.

Temporary Works: All temporary access required for construction shall be built by the contractor at his own cost. No payment shall be made for any item other than the slope protection works.

Coordination Requirement: Shall not affect or hinder the ongoing works of other contractors near the site. Some works may need to be executed after specific time intervals as decided by the EIC, and the contractor shall have no objection.

Safety Requirements: The project area is a high-security zone. The contractor and his personnel must strictly adhere to all safety regulations and instructions. The contractor shall provide all necessary safety gear like helmets, safety belts, etc., for his staff and engineers (including JKPDC personnel). Any violation of safety protocols may lead to contract termination.

Environment & Ecology Protection: The contractor must take all measures to protect the ecological environment, prevent deforestation, pollution, and landscape damage. This includes protecting trees/vegetation, controlling pollution emissions, providing alternative fuel for workers, etc. All costs are deemed included in the contract price.

Work Measurement & Video Recording: The contractor shall conduct detailed work measurement and take geo-tagged photographs and videos at three stages: before, during, and after completion of work. These records are a prerequisite for payment.

Bid Currency: Indian Rupees

Price Adjustment: No price adjustment/escalation of any kind is permitted.

Performance Security: 10% of the contract price (to be submitted within 7 days of Letter of Award issuance). In case of a seriously unbalanced bid (more than 15% below estimated cost), additional performance security as per financial rules shall be submitted.

Retention Money: 10% of each bill shall be deducted as retention money, to be released after the defect liability period ends and all defects are rectified. Option to replace retention money with an equivalent bank guarantee is available after 50% or 100% work completion.

Liquidated Damages: 0.05% of the contract price per day, subject to a maximum of 10% of the contract price. If delay leads into the flood season (May to September) causing loss to completed work, the contractor shall bear the full cost of secondary losses, even if the completed work was previously measured and paid for.

Payment Method: Payment shall be made via RTGS/NEFT to the contractor's account in a nationalized/scheduled bank.

Insurance Requirements: After award, full insurance for all workers must be taken and work can commence only after document verification. The contractor shall take insurance for All Risk Insurance for Works, Construction Plant & Machinery, Workmen Compensation, and Third Party Liability.

Dispute Resolution: First attempt at amicable settlement, otherwise referred to an adjudicator (member of Retired Engineers Association or expert from the Power Department). If still not satisfied, arbitration under the Arbitration and Conciliation Act 1996 in the Union Territory of Jammu & Kashmir.

Documents Attachment.pdf (1.19 M)
The tender information on this website is provided for reference only. If you intend to bid, please verify the authenticity and accuracy of the information with the tendering party. Our company reserves the right to adjust website content at any time and assumes no direct or indirect liability for it.Email: news@wedoany.com