THE ADMINISTRATION OF LADAKH AUTONOMOUS HILL DEVELOPMENT COUNCIL OFFICE OF THE EXECUTIVE ENGINEER IRRIGATION & FLOOD CONTROL DIVISION KARGIL E- TENDERS NOTICE NIT NO: - E-tender/ 10 of 2020-21/ I & FC Kargil dated: 27/08/2020. For and on behalf of the President of / Administration of Union Territory Ladakh, e-tenders are invited on item rate basis in (Single Cover system) from approved and eligible registered

Contractors/Firms for following below mentioned works:-

date

D/M

S. NO S.

taken

work.

(In Rs) (In

tender

(In Rs) (In

Class ofClass

(in Lacs) (in

schemeis

which the

openingof

contractor

fundsason

Name ofNamethe

Approx. costApprox.

Incld.Cost of

Sectorunder

Availabilityof

Cost Cost of T/DOC

Time Time Comp. of

Time & date Time & of

Earnestmoney

Upgradation of Zamandari Khul

1. Sabuchay to rangroung Silmoo R.D 11.38 lacs 110 22760 yet

90-100)mtr

B ,C & D “ D ,C& B

30 days 30

Not released Notreleased

Construction/Laying fitting of

200mm dia M/S Flanged pipe

“Plan” District

2. Brakmar to Brakoo (piped Rs14.06lacs 140 28120 “ yet

irrigation) for length of 300mtr R.D

30 days 30

“ B’ D & C

Not released Notreleased

(0-300)mtr

Restoration/Remoduling of Zamandari Khul Stakpa Thrungus

3. R.D (340-500)mtr and Broqyour Rs10.42lacs 100 20840

R.D (543-650)mtr incl. testing &

Languishing Not release yet Notrelease

commiossioning “‘ B “ D & C

30days

Construction of irrigation khul

4. Goma Chuka Thasgam R.D (0-200) Rs17.87lacs 170 17870 yet

mtr

“ SHG”

Not released Notreleased

30days

Renovation of irrigation khul from

Astana Yuklungs Via Lamfet near Jamia in Km1st R.D (750-

5. Rs 12.68 130 25360 of Executive Engineer I & FC Division Kargil Division FC & I Engineer Executive of 900)mtr incl. 1mtr span RCC culvert

/Road x-ing & Testing and

“D“ & ,C B

District Plan District

office office

Not released yet Notreleased

30days 30days commiossioning

Construction of Singroung Khul R.D

inthe (1450-1750)mtr incl. commiossing

6. (charging of water) upto Existing Rs11.69lacs 120 23380

2020 2020

Zamandari water Pond at R.D -

10.00lacs

09 -

1750mtr “D“ & ,C B

30days 05

Construction/Remoduling of

Mayour Khul Hambyrtik R.D (750-

2020

7. Rs16.37lacs 160 32740 -

850)mtr & R.D (1050-1095)mtr at yet

09 -

Gomating “C” & B

District Plan District

Not released Notreleased

30days 05 Position of funds:-Available as per above Position of AAA: -Accorded Position of TS-: sanctioned 1. The bidding documents consists of qualifying information , eligibility criteria , specification, Drawings, bill of quantities (B.O.Q) set of terms & conditions of the contract and other details can be seen /downloaded from the departmental website :- www.jktender.gov.in as per schedule of dates given below:- 01 Date of issue of tender notice. 27/08/2020 02 Period of downloading of bidding documents 28-08-2020 ( 10:00 AM) to 04-09-2020(4:00 PM) 03 Online Bid submission start date 28-08-2020 (1:00) PM 04 Online Bid submission end date 04-09-2020 Up to 4:00PM 06 Date & time of opening of tender 05-09-2020 at 12:00 AM in the office of Executive Engineer I & FC Division Kargil 2. Bids must be accompanied with cost of Tender document in shape of GR/online payment (NEFT/RTGS) in favour of Executive Engineer I & FC Division Kargil Account No-: 1219010200000525 J &K Bank Baroo with IFC code JAK0E Baroo (Tender inviting authority). 3. Upload a copy of Earnest money in the shape of CDR/FDR pledged to District Superintending Engineer PWD circle Kargil (Tender receiving authority). The original instrument in respect of cost of tender Document EMD and relevant documents of L1 is submitted to District Superintending Engineer PWD circle Kargil at the time of allotment. 4. The bid of the work shall remain valid for 60 days from the date of opening of bids. 5. 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. 6. The bidders have to submit their bids online in electronic format with digital signature. No financial bid will be accepted in physical form. 7. Bidders must ensure to upload scanned copy of all necessary documents with bid. Besides Original/Photocopies of documents related to the bid be submitted physically by registered Post/through courier before the date specified in Para I. 8. The department will not be responsible for delay in online submission due to any reason. 9. The scanned copy of cost of tender documents in the shape of shape of GR/online payment (NEFT/RTGS) in favour of Executive Engineer I & FC Division Kargil Account No-: 1219010200000525 J &K Bank Baroo with IFC code JAK0E Baroo (Tender inviting authority). And earned money in shape of CDR/FDR pledged District Superintending Engineer PWD circle Kargil (Tender receiving authority) must be uploaded with the documents of the bid.The original GR /online fee receipt (cost of Tender Document),CDR/FDR/BG (earnest money /bid security) and relevant bid documents etc. be submitted to the tender opening authority by the bidder who is decleared as L1 immediately after opening the financial bid. 10. 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 of the item rate inclusive of all taxes and it should be saved with the same name as it contains. 11. The intending tenderers are advised to go through the following terms & conditions carefully before tendering for the work & the tender form shall not be issued if fails to fulfill the conditions:- a) The contractor shall have get the cement mortar /cube testing done periodically from the testing laboratory as per the instruction of the Engineer –in-charge to ensure good quality of work as per standard specification. b) The royalty of the mining materials consumed by the contractor shall be deducted at schedule rates issued time to time by the Geology Mining Department vide their Circular No-: 141-MNG/67 Dated 09- 02-2000 duly endorsed by DSE PWD Kargils’ No-: KC/PW-SE/Misc/7426-30 Dated-: 18-01-2011 c) 1% cess shall be deducted from the contractor as per labour Deptt. Circular issued time to time an account of Registration of contractor under building and other construction works Act of 1996. This is in reference to labour court direction No DLC/2010-11/cess/106 Dated 18-08-2010. d) Service tax and surcharge on service tax shall be charged on the bill as per rate prescribed by the government from time to time on the whole amount of the contract irrespective of the source of procurement of materials for the execution of the work contract as per the clarification No: 01 of 2014 Dated: 14/01/2014 issued by department of commercial tax Govt. of Jammu and Kashmir. e) The tender opening authority reserve the right to accept or reject any or all the tenders without assigning any reason thereof. f) The Contractor are required to get registered themselves from the office of the Commercial Tax Circle Kargil. The service tax besides other taxes in vogue during the currency of contract shall be deducted on the total value of the contract at source and produce/Upload the service tax clearance certificate/GST etc. , failing which tender shall be rejected. The intending tenders are advised to go through the terms and conditions of the contract carefully before tendering of work. g) The tenderer shall visit the site before filling the tender. h) In case the lowest tenderer quotes the rates below the advertised cost, the contractor should furnish performances security deposit in the shape of CDR/FDR or Bank Guarantee as per the following break up:- Percentage breakup Percentage for Addl. Performance security.

0 to 05% beloe nil

5 to 15% below advertised cost 20% of difference of adv. & quoted cost. Beyond below 15% below 30% of difference of adv. & quoted cost

Note-: The performance security should be in the shape of CDR/FDR/BG having validity up to completion of work. The qualification of SHG shall be followed as per SHG Guide lines. i) If the tenderer does not quote rate for any item of the rate list/quantity schedule, cost of such item/items shall be deemed to be part of the overall/ total contract value. No rate shall be allowed for such item/items in the allotment of contract. j) In case the contractor fails to start/completion the work, within the stipulated time period, his CDR/Earnest Money shall be forfeited after termination of the contract. Besides the, default contractor shall be debarred from taking works in I & FC Department at least for one year. k) The advertised cost for the work is worked out on the basis of present prevalent rates and is final, in no case the total value of work shall exceed beyond the advertised cost. l) The rates include all surcharges like taxes ‘local taxes /GST etc. Work done claims shall be made as and when funds made available by the competent authority. The executing agency shall not be held as responsible for delay in payment on account of non release of funds. m) The work shall be executed as per allocated funds on yearly basis. The construction materials (i.e. Cement, steel, wire crates, WPC, Quick setting cement etc.) shall have to be supplied by the contractor as per specification with the approval of in charge site Engineer. The contractor shall arrange the same from authorized dealers for the above said works and quality of materials shall be verified by the concerned Assistant Executive Engineer before start of work. The approved brand of woven crates steel/cement is as under

Woven 4mm dia of 4”x4” Steel SAIL / TATA/ Jindal Cement JK Cement/ Ambuja 43 grade crates mesh with lid of size 16’x16’ @0.215Kg/sft

1. Each bidder must produce: i. A copy of PAN issued by income Tax Authority. ii. GST certificate 2. Photo copy of registration card (self-attested) to be renewed for the year (2020-21) along with the original CDR and online fee receipt (cost of Tender Document 3. The design mix formula shall have to be got approved from the concerned Executive Engineer. 4. Labor for Traffic control/watch and ward as per necessity at site shall be supplied by the firm and nothing extra shall be paid in this behalf by the Department. General Specifications’ a. The date of start of the work shall be reckoned with in one week from the issuance of the LOI/ Contract allotment as the case may be. b. Penalty for delay in completion: - In case of delay in completion of the work beyond stipulated time of completion, penalty up to 10% of the contract shall be imposed. c. No mobilization/equipment advance shall be paid. d. On completion of contract the contractor shall responsible to remove all un-used materials and restore all work in its original position at his own cost. e. The contractor shall be responsible for safety of all activities at site of work. f. The contractor shall also be responsible for any kind of damage to the public property. g. The contractor shall be solely responsible for carrying out the mandatory tests required for the quality control at his own costs. h. 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. i. The additional performance security should be in the shape of CDR/FDR/ BG having validity up to the completion of work. j. All other terms and conditions will be the same as laid down in the NIT issued time to time and PWD form 25 double leaf

No: E-tender of I& FC Kargil /2020-21/ 1899- 1908 Dated: - 27/08/2020. Sd/- Technical officer Executive Engineer I & FC Division Kargil Copy to the:- 1. Deputy Commissioner/ C.E.O (LAHDC) Kargil for information. 2. Distt. Superintending Engineer PWD Kargil for information. 3. Distt. Information officer kargil for information with the request to kindly published the NIT two leading news-papers of the State, and also requested to submit the cutting of news-papers to this office within 15 days for records and reference. 4. Pvt. Secretary to Hon’ble Chief Executive Councilor (LAHDC) Kargil for information of the Hon’ble Chief Executive Councilor. 5-7. Asstt Ex. Engineer, Sub Division No, Left, Right, and Head quarter for information. 08. President Contractor Welfare Association, Kargil for information. 09. President Self Help Group Kargil for information. 09. Notice Board Divisional office.