Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

Similar documents
Notice inviting e-bids for Printing and Supply of IEC Material

SUPPLY OF MEDICINAL GASES FOR THE YEAR

J&K STATE POWER DEVELOPMENT CORPORATION OFFICE OF THE EXECUTIVE ENGINEER. (RAJ Bagh) KATHUA.

GOVERNMENT OF JAMMU AND KASHMIR OFFICE OF THE CHIEF EXECUTIVE OFFICER, BHADERWAH DEVELOPMENT AUTHORITY BHADERWAH, DISTRICT DODA.

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

GOVERNMENT OF JAMMU AND KASHMIR OFFICE OF THE CHIEF EXECUTIVE OFFICER, BHADERWAH DEVELOPMENT AUTHORITY BHADERWAH, DISTRICT DODA.

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

E-TENDER NOTICE CHIEF GENERAL MANAGER

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

BALMER LAWRIE & CO. LTD.

द थव ट बन ए ड ज सप क शन क पन ल मट ड

श र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

TENDER FOR SUPPLY OF HAND BOOK

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Kashmir Irrigation & Flood Control Department, Srinagar

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Job. No.1 GOVERNMENT OF HIMACHAL PRADESH {Form 6) IRRIGATION & PUBLIC HEALTH DEPTT.

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

vf[kyhkkjrh; vk;qfozkkulalfkkuk

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

BALMER LAWRIE & CO. LTD.

OFFICE OF THE EXECUTIVE ENGINEER CIVIL CONSTRUCTION DIVISION-I, PARNAI HYDEL PROJECT DRABA (SURANKOT) C/o 174/7, CHANNI HIMMAT JAMMU.

GOVERNMENT OF KARNATAKA

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

SUBMISSION & OPENING OF TENDER

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

NOTICE FOR E-TENDERING GOLDEN OPPORTUNITY FOR SETTING-UP BANK ATM S AT CITCO S PETROL PUMPS

TENDER DOCUMENT FOR SMIU CANTEEN

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

NOTICE INVITING ONLINE TENDER

HIMACHAL PRADESH IRRIGATION AND PUBLIC HEALTH DEPARTMENT (Job No.1)

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

National Institute of Fisheries Post Harvest Technology & Training

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

The tender document may be download from the website,www,cdac.in/

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Notice Limited Tender Enquiry

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

TENDER INVITATION FORM

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER FOR DESIGNING, PRINTING AND HINDI TRANSLATION OF ANNUAL REPORT Regional Centre for Biotechnology (RCB)

The last date for submission of the bids is at

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT

NOTICE INVITING Re e-tender. Tender Reference No : WBSSCL /MD/KOL/NIT-27/

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

BID DOCUMENT SECTION I

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

E-TENDER NOTICE. For Ferrying Solar Boat at Sukhna Lake

WEST BENGAL STATE SEED CORPORATION LIMITED. NOTICE INVITING e-tender. Tender Reference No. : WBSSCL/MD/KOL/NIT- 03/

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

GOVERNMENT OF WEST BENGAL DIRECTORATE OF FORESTS OFFICE OF THE DIVISIONAL FOREST OFFICER, BANKURA (NORTH) DIVISION Machantala, Bankura ::

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

RAICHUR POWER CORPORATION LIMITED

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

WEST BENGAL STATE SEED CORPORATION LIMITED

NOTICE INVITING TENDER

Divisional Office JLN Udyog Bhawan, Khrew Cement Works

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

WEST BENGAL STATE SEED CORPORATION LIMITED (A G o v t. o f W e s t B e n g a l C o m p a n y )

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

Transcription:

OFFICE OF THE EXECUTIVE ENGINEER, RCC UPPER DIVISION, KATHUA Phone (Office) : 01922234798 Email: rticupperdiv.kathua1@gmail.com Short Notice Inviting Tender e- NIT No./ 10 of 2018-19 RCC UPPER/RTIC Kathua Dated: 27.03.2019 For and on behalf of Governor of Jammu & Kashmir State, Tenders are invited by the Executive Engineer RCC Upper Division Kathua, by e-tendering mode from the reputed and experienced firms/contractors with sufficient experience for the below mentioned work. S. No. Name of work 1. Silt /Jungle clearance from Distributary No D-4 of MRC RD: 0-3450M Bid Validity Estimated Cost (Rs. in lacs.) Earnest Money (In Rs.) Cost of tender document Period of completion Class of contractor 90 days 0.502 Rs. 1000/- Rs. 200/- 10 Days D 2 Silt /Jungle clearance from Main Ravi canal between RD: 33200-33692M 3 Silt /Jungle clearance from Main Ravi canal between RD: 36500-37300M excluding canal syphon RD: 36782 to 36818M 4 Silt /Jungle clearance from Distributary D-2 RD: 0-1700M and its minors M- 1RD: 0-1400M and M- 2 RD: 0-1400M at places. 90 days 0.689 Rs. 1400/- Rs. 200/- 10 Days D 90 days 0.835 Rs. 1700/- Rs. 200/- 10 Days D 90 days 0.607 Rs.1220/- Rs. 200/- 10 Days D OTHER RELEVENT INFORMATIONS: POSITION OF FUNDS: DEMANDED. POSITION OF AA/TS: UNDER PROCESS. Important dates: i ) Date of publishing from 28-03-2019 (18:50Hrs.) ii) Downloading from 28-03-2019 (18:50 Hrs.) iii) Uploading from 29-03-2019 (10:00 Hrs.) iv) Uploading stops 03-04-2019 (16:00 Hrs.) V) Tender opens on 05-04-2019 (10:00 Hrs.) 1. The bidding documents can be downloaded from the website http://www.jktenders.gov.in from 28-03-2019 ( 06:50 PM) Onwards. 2. The Bids shall be uploaded in electronic format on the website http://www.jktenders.gov.in from 29-03-2019( 10:00 AM) to 03-04-2019 (04:00 PM). 3. The complete bidding process will be ONLINE. 4. The tender uploaded on the website up to due date and time will be opened on 05-04-2019 (10:00 AM) in the Office of the Executive Engineer RCC Upper Division Kathua in the presence of the bidders who wish to attend. 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. 5. Bidding documents can be seen and downloaded from the website http://www.jktenders.gov.in. Bidding documents contain qualifying criteria for bidders and other details such as terms and conditions etc. 6. Bids must be accompanied by bid security and cost of document as mentioned in the above table in the form as specified in the Bidding document. The Earnest Money (EMD) in the shape of CDR/FDR/DD shall be pledged to Executive Engineer, RCC Upper Division Kathua & payable at Kathua & shall be valid at least for 180 days from the date of submission of tender.

7. The bids 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 withdraw his bids / tender during the said period or makes any modifications in the terms and conditions of the bid, the earnest money of such bidder shall be forfeited. 8. Other relevant details can be seen in the bidding document. 9. Instructions to bidders regarding e-tendering process & General conditions of contract. a) The Tender opening Authority reserves the right to accept/reject any or all tenders without assigning any reason thereof. b) The interested bidder can download the bidding documents from the website http://www.jktenders.gov.in. c) The bidders are advised to download bid submission manual for the help of Bid submission process from the Download option as well as from Bidders manual kit on website http://www.jktenders.gov.in d) To participate in online bidding process, bidders have to get (DSC) Digital Signature Certificate as per Information Technology Act-2000. 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 procure new Digital Signature Certificate. e) 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. f) Bids will be opened online as per time schedule mentioned in the NIT. g) Before submission of online bids, bidders must ensure that scanned copies of all the necessary documents have been attached with bid. Note:- Bidders are advised to scan their documents at 100 DPI (Dots per Inch) resolutions with Black and White, JPEG Scan properly, convert scanned images to PDF. h) The department shall not be responsible for delay in online submission of bids for whatsoever reasons they may be. i) All the required information for bid must be filled and submitted online j) Bidders should get ready with the scanned copies of cost of documents & EMD as specified in the tender documents. k) The detail of EMD specified in the tender documents should be the same as submitted online (scanned copies). Otherwise bid shall not be accepted and is liable to be rejected. l) In case the bid is found unreasonable i.e. 15% below the advertised cost, the bidder shall have to submit additional security of 5 % (which shall be released only after completion of 70% of the work) of contract amount in shape of FDR/CDR. m) Extra lead, lift, water allowance, dewatering and carriage of material beyond whatever is provided in the BOQ shall be not allowed. n) The bidders are advised to visit the site of work and satisfy themselves regarding the status of the work. The classification of the work is fixed and no claim, whatsoever on account of change of classification shall be entertained. The cross sections of earthwork are fixed except otherwise specified and are to be signed by the contractor at the time of nishan dahi. The payment shall be made for complete cross section only and no payment shall be entertained for incomplete cross sections. N. S. L. shall be incorporated in the work register before the work is started and the successful contractor shall have to sign the cross section. o) Bidders can contact the office of the Executive Engineer or NIC authorities for an guidelines for getting DSC or any other relevant details in respect of e-tendering process. p) The contractor will provide cubes/moulds of 15x15x15 cm during execution of work which are required to be cast for concrete being used by the contractor and get them tested to know the seven days and twenty eight days test to ascertain the quality of concrete. The expenditure for testing of cubes shall be borne by the contractor. Satisfactory results are mandatory for making payment to the contractor. q) A certificate of quality check for cement in addition to existing prescribed certificate shall be recorded in the works register and measurement book by the Assistant Ex.- Engineer in charge of the work. r) The burgees shall be maintained by the contractor at each cross section and shall be removed only after checking by the engineer-in-charge. s) Bidders are advised to use My Documents area in their user profile on jktenders.gov.in, e-tendering portal to store important documents like Service Tax Clearance Certificate, IT certificate, and other related documents etc., and attach these certificates as Non Statutory documents while submitting their bids. t) Bidders are advised not to make any change in BOQ (Bill of Quantities), technical and commercial contents or its names. In no case they should attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the rates and taxes and it should be saved with the same name as it contains the guidelines for submission of bid online can be downloaded from the website http://jktenders.gov.in u) Original Documents of any bidder if required at any point of time shall be called for by the department before opening of the financial bid or allotment of work. List of Tender Documents to be scanned and uploaded within the period of Bid submission: A. Scanned copy of EMD in shape of CDR only. B. Scanned copy of Pan Card.

C. Scanned copy of registration Certificate renewed for the year 2018-19. D. Scanned copy of GST No. E. Scanned copy of Treasury Challan /receipt towards the cost of Tender Documents mentioned the name of work as well as NIT No. for which work fees was deposited. General Terms and Conditions 1) The tender should be accompanied worth scan copy of Registration Card duly renewed for the current year 2018-19. 2) The tender should be accompanied with stated Earnest Money mentioned in the NIT in the shape of CDR from the scheduled bank pledged to the tender opening authority and the tender without the Earnest money shall not be entertained in any case. 3) Separate tender for individual work should be filed online and sent separately accordingly stating therein the name of work and S. No as per NIT. 4) Registered /reputed firms of approved and appropriate class of contractors of J & K state or other State Govt. /Central Govt. with sufficient experience and financial resources dealing in civil construction works of similar nature are only eligible to cast the tender. 5) The tenderers are required to quote for a work according to their capacity in the registration/enlistment card. Any contractor who will tender beyond his capacity is liable to be rejected. 6) The tender opening authority is competent and reserves himself the right to accept or reject any or all the tenders without assigning an reason thereof for which any contractor /firm shall have no right to object or claim either at the time of opening on subsequently. 7) The work shall have to be executed to the satisfaction of the Department strictly in accordance with the standard specifications an designs. 8) The rates quoted by the tenderer shall remain valid for at least 90 days from the date of opening of tenders. 9) The Contractor shall have to execute necessary agreement within seven days the date of issue of allotment order failing which his allotment shall be treated as cancelled and security forfeited. 10) Date of start of work shall be reckoned for the 3 rd day after the date of allotment or actual date of start whichever falls earlier in any case. The date of start shall not be later than the 7 th day from the date of drawl of agreement which is mandatory to start the work. 11) The work shall be executed within prescribed time frame otherwise penalty upto 10 % of the total cost of work shall be imposed and the extent of penalty shall be decided by higher authority then the allotting the work, whose decision shall be binding and final on the contractor. 12) The contractor shall be responsible for watch and ward of material at site till it is finally handed over to the Department and no compensation shall be paid for any lose thus sustained. 13) In case of any dispute at any time between the Contractor and the Department regarding any clause of NIT of work, the dispute shall be subject to Jurisdiction of Hon ble Courts of Kathua District only post initial deliberation by the Chief Engineer Ravi Tawi Irrigation Complex Jammu who is the natural arbitration authority for the purposes. 14) Earnest Money received by the Department as CDR shall be released in favor of the unsuccessful ternerers after the allotment to the successful tenderer no request by any bidder shall be entertained prior to allotment of individual work. 15) Besides Earnest Money, Security Deposit @ 10 % from each payment shall be deducted from all the bills of the contractors. Earnest Money and Security Deposit shall not bear an interest. The security shall be released only after expire of the defect liability period. 16) The payment shall be made to the contractor after completion of full job. 17) Claims for a dispute shall be referred to the competent within one month from the date of its occurrence failing which no claims what-so-ever on this account shall be entertained. 18) The Contractor shall be responsible to make good and remedy at his risk and cost within such period as may be stipulated by the Engineer In charge any defects which may develop or may be noticed before the expiry of the defect liability period. The time of defect liability period shall be 12 Calendar Months, which shall be reckoned for the certified date of final completion of entire work and taking over of the work by the Department. 19) If the Contractor /Agency fails to execute the work in part or in full, action will be taken against him according to the following conditions:- a) In case of failure of the contractor to execute the work in part or in full, such an action shall amount to breach of contract. b) His CDR shall be forfeited and he shall be debarred from tendering for the works in future. c) His case shall be recommended for black listing for breach of contract. d) A registered Notice sent through special messenger to the contractor for non-start of work will amount to breach of contract and shall be sufficient to wind up or cancel his contract. e) The Department may execute the work left by the contractor at his risk and cost. Any additional amount involved for execution of work shall be recovered from other claim/resources of the contractor.

f) Incase contractor avoids the receipt of Notice or deliberately gives wrong address for the communication and where it is possible to deliver Registered Letter, the Notice shall be passed on the enter gate of this premised in presence of a witness. This will be treated as service of Notice to the Contractor. 20) Tenderer shall not be entitled for any claim what so ever on account of expenses incurred on submission of the tenders. 21) All Terms and Conditions of NIT/Agreement to be drawn by the Contractor /Agencies shall be binding upon the Contractors/Agencies as soon as the allotment of contactor is awarded in favour of Contractor/agencies. 22) The Contractor will abide by all labour laws and will be personally responsible for any causality /eventuality/accident during the period of Contract. In addition, he is advised to get labor and machinery/equipments properly insured against all possible mishaps. 23) Nothing extra shall be paid on account of loading /up-loading of material at site of work. 24) The payment making authority is the Executive Engineer Ravi Canal Construction upper Division Kathua ad his instructions issued at site for executive of work either verbally or in writing shall be binding on the contractor/agency. 25) The site of the work is available. 26) All printed conditions enclosed with the tender/tender document as well as P.W.D. form 25 shall be binding upon the tenders. 27) After opening of tenders, if it is found that the rates quoted by the lowest ternerer (L1) are more than 15% below the S.S. Rates of 2012, he shall have to deposit 5% of the advertised cost in the shape of additional CDR as performance security before issuance of letter of the allotment. In case lowest bidder (L1) fails to deposit the amount within three days from the date of opening of tenders, the work shall be allotted to next lowest ternderer (L2) and CDR of L1 shall be forfeited. 28) After opening of tenders the L-1 shall be deposited hard copy of documents in the divisional office within three days for allotment of work failing which the work will be allotted to next lowest i.e. L-II. 29) Departmental material: If available in the Divisional Store the cement shall be issued @ Rs. 460/ Per Bag and carriage shall be paid to the contractor, otherwise the cement is to be produced by the contractor himself including carriage up to site of work, as per Govt. order No: 171-PW(Hyd.) of 2011 dated: 26-04-2011 from the stipulated manufacture (Major plants only) as per ISI specifications. The Brand ACC/Ambuja/Ultratech/Bangur/quality to be used shall be checked /certified with reference to prescribed standards by the Assistant Executive Engineer concerned/in charge/work. 30) Departmental Material: If available in the Divisional Store the steel shall be issued at the following rates: Steel = Rs. 6200/Qlt. 31) The contractor shall arrange to conduct cube test each after laying of 40 M 3 of concrete. He shall submit the cube test report before the completion of work. The contractor will provide cubes/moulds of 15 x 15 x 15cm on during execution of works which are required to be cast for concrete being used by the contractor and get them tested to know the Seven and Twenty Eight Days compressive strength test to ascertain the quality of concrete. The expenditure for testing of cubes shall be borne by the contractor. Satisfactory results are mandatory for making payment to the contractor. 32) Payment to the contractor shall not be made until disposal of silt is made to the satisfaction to the department. No: RCC/upper/ 4538-52 Date: 27-03-2019 For & on behalf of the Governor of J & K State Sd/- Executive Engineer, RCC Upper Division Kathua. Copy to the: 1) Chief Engineer, Ravi Tawi Irrigation Complex, Jammu for information. 2) Superintending Engineer, Ravi Tawi Construction Circle Jammu for information. 3) District Development Commissioner Kathua for information. 4) Joint Director, Information Department, Jammu along with copy of NIT for publication in a leading national daily, two local leading dailies (One in English for wide publicity) well before the last date of sale of tender documents and intimate the name of paper and date of publication. 5) Superintending Engineer Hydraulic circle. Kathua for information. 6) Executive Engineer Mechanical Division RTIC Kathua. 7) Executive Engineer Lower Division Hiranagar. 8) Executive Engineer TCC Division Jammu. 9) T.O to Executive Engineer RCC Upper Division Kathua for information. 10) Assistant Accounts Officer RCC Upper Division, Kathua for information.

11) Head Assistant RCC Upper Division, Kathua for information 12) Head Draftsman RCC Upper Division, Kathua for information. 13) Contractors association Jammu. 14) Contractors association Kathua. 15) Notice Board.