0% found this document useful (0 votes)
74 views66 pages

Visakhapatnam Port Tender for Cruise Terminal Maintenance

Uploaded by

rafikul123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
74 views66 pages

Visakhapatnam Port Tender for Cruise Terminal Maintenance

Uploaded by

rafikul123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

VISAKHAPATNAM PORT AUTHORITY

CIVIL ENGINEERING DEPARTMENT


e-Procurement NOTICE INVITING TENDERS (e-NIT)

1. ORGANISATION : VISAKHAPATNAM PORT


AUTHORITY
Civil Engineering Department
2. DEPARTMENT : Chief Engineer-VPA, VSP
3. NIT NUMBER : IENG/CP/EE(CT)/T/63 Dt. 07.11.2024
4. NAME OF WORK : Maintenance of Visakhapatnam
International Cruise Terminal of
Visakhapatnam Port for a period of
two years (2025 & 2026).
5. ESTIMATED AMOUNT PUT TO TENDER : Rs.1,64,78,418/-

6. PERIOD OF COMPLETION : 24 (Twenty Four) months


7. FORM OF CONTRACT AND CLASS OF : Sanitation/ Housekeeping works
CONTRACT
8. BIDDING TYPE : Open
9. BID CALL NO. : 1st Call
10 TYPE OF TENDER : Item rate
11 TRANSACTION FEE PAYABLE TO : Rs.1500 +270(18%GST) = Rs.1,770/-
In online through e-tenders portal only.
12 SOLVENCY : Rs.50.00 Lakhs
13. AVERAGE ANNUAL TURNOVER DURING : 30 % of Estimated amount put to
LAST THREE FINANCIAL YEARS tender
14 EMD/BID SECURITY : Rs.2,64,784/-
15 EMD/BID SECURITY DD PAYABLE TO : In online through e-tenders portal only.
16 BID DOCUMENT DOWNLOADING START : 07.11.2024 from 18.00 hrs.
DATE & TIME
8 BID DOCUMENT DOWNLOADING END : 28.11.2024 Upto 13.00 hrs.
DATE & TIME
19 LAST DATE AND TIME FOR RECEIPT OF : 28.11.2024 Upto 13.00 hrs.
BIDS
20 BID VALIDITY : 120 days
21 TECHNICAL BID OPENING DATE & TIME : 29.11.2024 after 14.00 hrs.
22 OFFICER INVITING BIDS : Chief Engineer, VPA, VSP
23 BID OPENING AUTHORITY Supdt. Engineer-III &(CP) VPA, VSP
24 ADDRESS O/o Chief Engineer, 3rd floor, C.E.’s
Department, VPA, VSP (Dist) A.P,
India
25 CONTACT DETAILS 0891-2873353, 0891-2873332
0891-2873327 0891-2873318
The tenderer who wishes to participate shall upload the tender documents to the VPA Website
(http://etenders.gov.in) and meet the following criteria. Details of average annual turnover shall
not be less than (30% of the estimated amount put to tender) during the last 3 (three) years
ending 31st March of the previous financial year, duly certified by the Chartered Accountant with
UDIN number. Proof of experience in Similar nature of works i.e., having successfully
completed Similar nature of works during last 7 years ending last day of month previous to the
one in which applications are invited should be 3 (three) works i.e., completed each costing not
less than the amount equal to 40% of the estimated amount put to tender (or) 2 (two) i.e.,
completed costing not less than 50% of the estimated amount put to tender (or) one work
completed costing not less than 80% of the estimated amount put to tender. Proof of
Registration as a registered contractor with Govt./ PSU or with VPA or other organization is not
to be treated as an eligibility criteria.
If any amendment or addendum will be issued before opening of the tenders and the same may
be looked in the website (https.//etenders.gov.in) and any further clarifications can also be
obtained from CE’s office VPA. The tenderers may keep a watch for further amendments if any
at http://etenders.gov.in in before submitting the bids and any further clarifications can also
obtained from CE’s office VPA. In case of any inconsistency between conditions in the
document/ amendments/ corrigendum/ clarifications, the decision of the Engineer-in-charge
shall be final. The signed tender documents along with all enclosures/ accompaniments that will
be uploaded online on VPA e-procurement web-site (http://etenders.gov.in) will only be
considered for bid evaluation.
Similar nature of works means: Mechanized cleaning of airport/ cruise terminals,
corporate office buildings / Cyber city/ MNC Buildings/ shopping malls / complex, Five/Three
Star Hotels/ Corporate Hospitals/ metro rail premises. The bidder shall submit the details of
equipment's used in the respective eligible works submitted as part qualification duly certificated
by the client or copy of agreement/BoQ, where the equipment's details have been mentioned.
If the bidder has an ongoing contract the completed portion of work should meet the
eligibility criteria listed above. Completion/performance certificate to this effect from the
client should be furnished along with the offer.
Note:
1. The bidders should be paid the Transaction Fee (non-refundable) and EMD shall be
accepted only through online VPA portal. Further, the bidders shall upload the copy of the
online transaction details with UTR No. along with the Technical bid documents failing which
the bid shall be summarily rejected.
2. In case Bidder is Micro or Small Enterprise registered with National Small Industries
Corporation (NSIC), Govt. of India enterprises under―Single Point Registration Scheme of
Ministry of MSME shall be eligible for issue of tender document free of cost and exemption
from payment of Earnest Money Deposit. The tenders registered under
housekeeping/sanitation services will be exempted from paying Tender fee and EMD.
Tenderers registered for other activities except housekeeping/sanitation services will
not be exempted for submission of Tender fee and EMD.
3. Payment to the Labour: The bill of quantities prepared based on minimum wages for labour
as per CLC (Central) order dated 01.10.2024. The payment shall be made for the Tools and
Cleaning Material (Broom stick, Moping stick, Lizol, Harpic, etc.) as per actual subject to
submission of purchase receipt.
4. The unit rate to be quoted for the man power supply items of BoQ shall not be less
than 3.85% of minimum wages for labour as per CLC (Central) order dated 01.10.2024.
If a bidder quotes less than 3.85% on labour supply items of Schedule B estimate
rate, the financial bids shall be treated as unresponsive and will not be considered for
further evaluation.
5. “All the tenderers shall note that, the requests for alteration, modifications, substitutions,
withdrawals etc., in the online-submitted tender documents shall not entertained.
Clarifications shall be sought only on the documents submitted along with the bid. No new
documents/ work orders/ experience certificates/ solvency/ turnover etc., shall be
entertained which was not part of the original submission whose acceptance would affect
unfairly the competitive position of other bidders presenting responsive bids. Request for
clarification and response thereto shall be in writing/email. If the Bidder fails to submit the
requested documents within the time specified by the department, his bid is liable to be
rejected. No change in price or substance of the tender shall be sought, offered or permitted
nor is the Bidder permitted to withdraw the tender before the expiry of the validity period of
the tenders in the process of clarifications”.

CHIEF ENGINEER

Copy to: SE-III/CP along with complete bid document in Soft copy form to display in the Central
Public Procurement Portal website: https://etenders.gov.in on 07.11.2024 and kept upto
28.11.2024 up to 13.00 hrs.
Copy to: C.V.O. / FA&CAO / Nodal Officer, IT – for information.
Copy to: I & PRO for information and arrange to publish in Newspapers.
Copy to: Joint Director (R&P)) for uploading the NIT attached copy to I T J web site.
Copy to: Dy. Director (EDP) for information
Copy to: Notice Board / Director (Establishment) to arrange display the tender notice on the
notice board.
Copy to: SE-III (Drawing office)/ AE (CT) for information action.

1. Procedure for bid submission:

Bids shall be submitted online on VPA e-procurement website (htpp://etenders.gov.in)


platform
The participating bidders in the tender should register themselves free of cost on e-
procurement platform (htpp://etenders.gov.in).
All Bidders are requested to enroll in the Portal (htpp://etenders.gov.in). Those bidders who
enrolled with their user ID in the new portal (htpp://etenders.gov.in) can participate in all
have already enrolled in the new portal (htpp://etenders.gov.in) can participate in all tenders
using the existing user ID and password and their Digital Signature Certificate (DSC). New
users should use the Online Bidder enrollment button available in the Home page for
enrolling in the portal (htpp://etenders.gov.in). Considering enhanced security, Digital
signature certificates. Class III is enforced for new enrollments. Bidders are requested to
use Class III certificates for using the system. Bidders can log-in to e-procurement platform
in Secure mode only by signing with the Digital Signature Certificates. Digital Signature
Certificates can be obtained from one of the Authorized Certifying Authority, such as SIFY
(www.safescrypt.com) / Tata Consultancy Services (www.tcs.ca.tcs.co.in) / n code
(www.ncode solutions.com) etc., The bidders who are desirous of participating in e-
procurement shall submit their bids as per the standard formats available at the site
(https://etenders.gov.in)
The bidders should scan and upload copies of Document in support of Registration as
contractor. The bidders shall sign on all the documents, uploaded by him, owning
responsibility for their correctness/ authenticity.
(1) The bidders should be paid the Transaction Fee (non-refundable) and EMD shall be
accepted only through e-portal only, the bidders shall upload the copy of the online
transaction details with UTR No. along with the Technical bid documents failing which the
bid shall be summarily rejected. VPA shall not be liable / responsible for any connectivity/
internet problem either with user side /NIC/Bank. It is in the own interest of the bidders,
bidders may get it verified from Bank that the requisite money has been received by VPA for
the NIT in which they are participating.
(2) In case of the NSIC/MSME certificate submitted bidders, the eligibility for exemption of
Transaction fee and EMD amount subject to fulfilling of tender conditions.
The VPA will not hold any risk and responsibility non-visibility of the scanned and uploaded
documents.
The Documents that are uploaded online on VPA e-procurement website
(http://etenders.gov.in) will only be considered for Bid Evaluation.

2. General Terms and Conditions

a. Transaction fee: All the participating bidders shall pay a transaction fee (non-
refundable) in on-Line transaction for Rs. 1500/-+270=1770/- (accepted only online
payable)
b. E.M.D. Rs.2,64,784/- to be paid in the shape Accepted only online e-portal payable.
c. Class of contractor Eligible: Having experience in executing Similar nature of works
d. Any other condition regarding receipt of tenders in conventional method appearing in the
tender documents may please be treated as not applicable.
e. “The bidder shall authenticate the bid with his digital signature certificate for submitting
the bid electronically on e-procurement platform and the bids not authenticated by digital
signature certificate of the bidder will not be accepted on the e-procurement platform.”
f. The successful bidder found defaulting in submission of hard copies of uploaded
certificates / documents, with in the stipulated time i.e. before concluding the agreement
or if any variation is noticed between the uploaded documents and the hard copies
submitted by the successful bidder, the successful bidder will be suspended from
participating in tenders on e-Procurement platform for a period of three years.

3. Even though the Tenderers meet the qualifying criteria, they are liable to be disqualified
barred / suspended / blacklisted if they have furnished false / fabricated particulars forms,
statements and / annexures, submitted in proof of the qualification in the
requirements and / or Not turned up for entering into agreement, when called upon
Record of poor progress such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc. and/or
Participated in the previous bidding for the same work and had quoted unreasonably high
tender rate/percentage and Even while execution of the work, if found that the work was
awarded to the Contractor based on false / fake certificates of experience, the contractor
will be blacklisted and work will be taken over by VPA.

4. If the rate quoted by a tenderer is found to be either abnormally high or with in the
permissible ceiling limits prescribed but under collusion or due to unethical practices
adopted at the time of bidding process, such bids shall be rejected. A tenderer / Bidder
submitting a Tender or Bid which the tender accepting authority considers excessive and or
indicative of insufficient knowledge of current prices or definite attempt of profiteering will
render himself liable to be debarred permanently from tendering or for such period as the
tender accepting authority may decide. The tenderer overall amount should be based on
the controlled prices for the materials, if any, fixed by the VPA or the reasonable prices
permissible for the tenderer to charge a private purchaser under the provisions of clause-6
of the hoarding and profiteering prevention ordinance of 1943 as amended from time to
time and on similar principle in regard to labour supervision on the construction.

5. One Tender per Tenderer


Each Tenderer shall submit only one Tender for the work. A Tenderer who submits more
than one Tender will cause dis-qualification of all the Tenders submitted by the Tenderer.

6. Last date / time for Submission of the Tenders


a. Tenders must be submitted not later than the date and time specified in NIT. In the event
of the specified date / time for the submission of bids declared as holiday, the bids will be
received on the next working day.
b. The Chief Engineer, VPA, may extend the dates for issue and receipt of Tenders by
issuing an amendment.

7. Modification to the Tender


No Tender can be modified after the last date/ time of submission of Tenders.

TENDER OPENING AND EVALUATION

8. Tender opening
a. The tenderers or their authorized representatives can be present at the time of opening
of the tenders online. Either the tenderer himself or one of his representatives with
proper authorisation only will be allowed at the time of tender opening.
b. The technical bid containing qualification requirements as per Annexures I to IV will be
evaluated by the tender opening authority and the abstract minutes will be uploaded in e-
tender portal.

9. Clarification on the Technical Bid


a. The tender opening authority may call upon any Tenderer / Bidder for clarification on the
statements, documentary proof relating to the technical bid. The request for clarification
and response thereto shall be in writing and it shall be only on the qualification
information furnished by the Tenderer. The clarification called for from the tenderers /
Bidders shall be furnished within the stipulated time, which shall not be more than a
week.
b. The Tenderer/Bidder if so desirous shall agree in writing to furnish the clarification called
for within the stipulated time and, for disqualification and rejection of his tender in the
event of failure to do so.

10. Price Bid Opening


a. Only the Price Bids of qualified Tenderers whose technical Bids are found satisfying
the eligibility criteria shall be opened in the presence of the qualified Tenderers /
Bidders who ever is interested or their authorised representatives present on the date
and time fixed.
b. The Price Bid of the Unqualified Tenderers will not be opened. The EMD of unqualified
tenderers will be returned after award of work to L1 tenderer.
c. Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy of non-adherence to the Conditions, the
decision taken by the Tender Accepting Authority on tenders shall be final and the
same shall be binding both on tender accepting and the tenderer / Bidder.

11. AWARD OF CONTRACT


The employer will award the contract to the L1 Bidder whose bid has been determined to be
responsive to the bidding documents and who has offered the lowest evaluated Bid Price,
provided that such bidder has been determined to be eligible in accordance with the provisions
of tender.

12. Process to be Confidential


a. Information relating to the examination, clarification, evaluation and comparison of
Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the
award to the successful Tenderer has been announced by the tender accepting
authority. Any effort by a Tenderer to influence the processing of Tenders or award
decisions may result in the rejection of his Tender.
b. No Tenderer / Bidder shall contact the Superintending Engineer or any authority
concerned with finalization of tenders on any matter relating to Tender from the time of
the Tender opening to the time the Contract is awarded. If the Tenderer wishes to bring
additional information to the notice of the Superintending Engineer, it should do so in
writing.
c. Before recommending / accepting the tender, the tender recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specifically experience. The authenticated agreements of previous works
executed by the lowest tenderer shall be called for.
d. Tenders will be finalized by the Executive Engineers / Superintending Engineers / Dy.
Chief Engineer / Chief Engineer / VPA according to the powers vested with them.
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT
---

NOTICE INVITING TENDER

1. Item Rate tenders are invited for the work of Maintenance of Visakhapatnam International
Cruise Terminal of Visakhapatnam Port for a period of two years (2025 & 2026).
2. ESTIMATED AMOUNT PUT TO TENDER: Rs.1,64,78,418/- Contract Documents consisting
of the detailed plans completed specifications the Schedule of quantities of the various
clauses of work to be done and the set of CONDITIONS OF CONTRACT enclosed.
3. A Sum of Rs.1500 +270(18%GST) = Rs.1770/- to be paid through CPP portal.
4. The time allowed for completion of the work will be mentioned therein.
5. Earnest money amounting Rs.2,64,784/- to be paid in the shape only online payable
through e-portal.
6. The contractor whose tender is accepted will be required to furnish security for the due
fulfilment of this contract consisting of a percentage deduction from the monthly payment to
be made on account to the contractor. The Earnest Money will be treated as part of the
security of work done.
7. The acceptance of tender will rest with the Chairperson, Visakhapatnam Port Authority
Which does not bind itself to accept lowest tender and reserves to itself the authority to
reject any or all of the tenders received without the assignment of any reasons. All tenders
in which any of the prescribed condition is not fulfilled will be rejected.
8. Tenders which do not fulfill all or any of the above conditions and or incomplete in any
respect are liable to summary rejection and tenders containing uncalled for Remarks or any
additional conditions are also liable for summary rejection.
9. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the
contractors, who resort to canvassing will be liable to rejection.
10. (a) The tenderer should quote rates against each item of BoQ.
(b) The percentage above/below quoted shall be common for all items.
(c) The rate shall be quoted in figures and words and shall be accurately filled in.
11. GST in respect supply of Goods & service or on works contract as applicable in respect of
this contract should be payable by the supplier/ service provider/contractor and port
Authority will not entertain any claims with effect from 01-07-2017.
12. The tenderer will have to give a certificate that he is not related to any officer Of
Visakhapatnam Port Authority or any Officer in the rank of under Secretary or above in the
Ministry of Ports, Shipping & Waterways, Government of India. The tenderer should give a
declaration along with his tender about the name of the Relations who are employed as
Non-Gazetted Officer in Port Authority.
13. Building for maintenance will be made available as soon as the work is awarded. In case it
is not possible for the department to make available the entire site at a time on the award of
the work, the Contractor will have to arrange their working programme suitably. No claim
whatsoever for handing over the site in stages will be entertained, and the decision of the
Chief Engineer is final and cannot be questioned.
14. The Contractor shall produce a licence in the prescribed form from Asst. Labour
Commissioner (Central), within 15 days from the date of work order and on his failure to do
so the contract is liable to be terminated and the Earnest Money Deposit or Security Deposit
whichever is to his credit shall be forfeited and the Contract shall have no claim whatsoever
on this account.
15. The Tender submitted by the tenderer should be valid for a minimum period of 120 days
from the date of opening of tender and the tenderer cannot amend, alter or revoke his
tender in any way during this period, and if he does so, the E.M.D. paid by him shall be
forfeited without any notice.
16. The successful tenderer(s) shall execute an agreement with Visakhapatnam Port Authority
Board on a Non-judicial stamp paper in the prescribed form.
17. The tenderers should acquaint themselves with the work and working conditions of the site
and locality and no claim will be entertained on this issue and the decision of Chief Engineer
is final and cannot be questioned.
18. a) According to GST Act every dealer is liable to be registered whose aggregate turn over
exceeds Rs: 20 lakhs for supply of goods /services /executing any work contract.
Accordingly, GSTIN is to be provided for participation in tender and to award the contract
b) The applicable TDS as per the Central GST(CGST) Act will be deducted as and when
notified by the Government

c) under the building and other construction workers (Regulation of employment and
conditions of service) Act, and Andhra Pradesh Rules,1999 and Cess Act 1996 and
Rule,1998 made there under” the Cess on works contract will be deducted at 1% from on
account bills of contractors, where, more than 10(ten), buildings and construction workers
are engaged. The quoted rate in the price bid is exclusive of cess. During payment the
contractor has to submit 1 % of bill value over and above the quoted rate towards the cess,
the employer shall consider the same and recover the added cess under the relevant head.
19. The tenderer should read the specifications and study the working drawing and special
conditions etc., carefully before submitting the tender.
20. The bill of quantities prepared based on minimum wages for labour as per CLC (Central)
order dated 01.10.2024.
21. The contractor shall be reimbursed the latest wages as notified by the Chief Labour
Commissioner (C), Ministry of Labour & Employment, New Delhi from time to time over and
above his service charges (rate quoted), subject to production of documentary evidence
payment of the same to his labour/other personnel. (i.e. only the difference of rate applicable
during tender and during execution period as wages for labour as per Chief Labour
Commissioner (C), Ministry of Labour & Employment, New Delhi)
22. The service charges payable to contractor based on the rate quoted by him and accepted by
VPA shall however remain constant during the entire duration of the contract and extension
granted, if any, in accordance with the terms and conditions of the contract and shall
continue to be based on the rates of minimum wages notified in the order dated 01-10-2024.
It shall not undergo any revision due to revision in the rate of Minimum Wages.
23. Statutory social security contributions like contractor’s share of EPF, ESI (if applicable) etc.
as applicable under relevant labour laws shall be reimbursed to the contractor on production
of actual challans evidencing deposit of the same with the statutory authorities.
24. Copy of bank passbook of each labour clearly highlighting the credit entry in respect of
wages paid to them by the Contractor in respect of the month for which the bill is claimed.
The payments of wages to the labour deployed by the Contractor shall be credited by him in
the respective bank account of each labour by NEFT/RTGS. No cash disbursement of
wages is accepted.
25. The Contractor to whom the work is awarded shall invariably produce the PAN Number
obtained from the Income Tax Authorities, along with proof.
26. The contractor shall submit require document as per the Check list enclosed (Annexure-V)
along with tenders. The tenders received without enclosing required documents as per the
check list duly signed will be liable for rejection
27. The tenderers should make their own arrangements to furnish original B.G. to the
organization directly by the issuing Bank under registered post with acknowledgement due
except in case of B.G. submitted towards E.M.D. costing more than Rs.5.00 lakhs B.G
accepted.
28. The contractors / Firms while quoting tender shall note that, no post tender negotiations will
be held with the L-1 tenderers, except in exceptional cases, wherever it is found necessary.
29. In the event that two or more Bidders quote the same amount (The “Tie Bidders”), the
authority shall identify the selected Bidder by draw of lots, which shall be conducted, with
prior notice, in the presence of the Tie Bidders who choose to attend”.
30. Tenderer shall submit the experience/completion certificates along with their tender, duly
notarized.
31. In case the documents submitted by the bidder found to be not genuine, the management
reserves the right to forfeit the EMD/SD besides not to allow to participate in future tenders
of VPA.
32. The rate to be quoted should be exclusive of GST component and payment will be made
against “TAX Invoice” as prescribed under the GST Act/Rules.
33. Resident Contractors/Sub-Contractor other than individuals and HUF, IT @ 2% is applicable
under Section 194 (C) of Income Tax Act.

CONTRACTOR CHIEF ENGINEER


Instructions to bidders for online e-bid submission through e-tendering and
e- procurement
The Visakhapatnam Port Authority (VPA) has introduced e-procurement and e-tendering system
from 1st January 2011. The port has adopted the software of NIC for this purpose. The bidders
are requested to note these changes and make themselves ready for e-procurement and e-
tendering.
The following instructions are to be followed for online submission of bids by the bidders:
1. a. Bids shall be submitted online on VPA e-procurement website (etenders.gov.in) platform.
The participating bidders in the tender should register themselves free of cost on e-
procurement platform (htpp://etenders.gov.in).
All Bidders are requested to enroll in the Portal (htpp://etenders.gov.in). Those bidders who
enrolled with their user ID in the new portal (htpp://etenders.gov.in) can participate in all
have already enrolled in the new portal (htpp://etenders.gov.in) can participate in all tenders
using the existing user ID and password and their Digital Signature Certificate (DSC). New
users should use the Online Bidder enrollment button available in the Home page for
enrolling in the portal (htpp://etenders.gov.in). Considering enhanced security, Digital
signature certificates. Class III is enforced for new enrollments. Bidders are requested to
use Class III certificates for using the system. Bidders can log-in to e-procurement platform
in Secure mode only by signing with the Digital Signature Certificates. Digital Signature
Certificates can be obtained from one of the Authorized Certifying Authority, such as SIFY
(www.safescrypt.com) / Tata Consultancy Services (www.tcs.ca.tcs.co.in) / n code
(www.ncode solutions.com) etc., The bidders who are desirous of participating in e-
procurement shall submit their bids as per the standard formats available at the site
(https://etenders.gov.in)
b. Bidder then login to the site through the user id/ password chosen during registration.
c. The e–token that is registered should be used by the bidder and should not be allowed for
misuse by others.

2. The Bidders can update well in advance, the documents such as certificates, purchase
order details etc. under My Documents option and these can be selected as per tender
requirements and then send along with bid documents during bid submission.
3. After downloading / getting the tender schedules, the Bidder should go through them
carefully and submit the documents as asked, otherwise, the bid will be rejected.
4. If there are any clarifications, this may be obtained online through the tender site, or through
the contact details. Bidder should take into account of the corrigendum’s published before
submitting the bids online.
5. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one
document, they can be clubbed together.
6. Bidder should get ready the EMD as specified in the tender. The original should be
posted/couriered /given in person to the Tender Inviting Authority, within the bid submission
date & time for the tender.
7. The bidder should read the terms & conditions and accepts the same to proceed further to
submit the bids.
8. The bidder has to submit the tender document online, well in advance, before the prescribed
time to avoid any delay or problem during the submission process.
9. After the bid submission, the acknowledgement number, given by the e – tendering system
should be printed by the bidder and kept as a record of evidence for online submission of
the bid for the particular tender.
10. The details of the Earnest Money Deposit document submitted physically to the Dept., and
the scanned copies furnished at the time of bid submission online should be the same,
otherwise, the Tender will be summarily rejected.
11. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced, during the submission of bids online by the bidders at their end.
12. The bidder should submit the bid documents by online mode, through the site
(http://etenders.gov.in) to the TIA as indicated in the tender.
13. The tendering system will give a successful bid updation message after uploading all the bid
documents submitted & then a bid summary will be shown with the bid no, date & time of
submission of the bid with all other relevant details. The bid summary will act as a proof of
bid submission for a tender floated and will also act as an entry point to participate in the bid
opening date.
14. Bidder should log into the site well in advance for bid submission so that he submits the bid
in time i.e. on or before the bid submission end time. If there is any delay, due to other
issues, bidder only is responsible.
15. Each document to be uploaded through online for the tenders should be less than 2 MB. If
any document is more than 2 MB, it can be uploaded. However, if the file size is less than 1
MB, the transaction uploading time will be very fast. The total size of the documents, put
together, should be less than or equal to 12 MB.
16. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected.
17. The bidder should submit the relevant documents asked against the technical and financial
cover portions and in case of irrelevant documents, the bid is liable for rejection.
18. The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e –Procurement
system. The bidders should follow this time during bid submission.
19. All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during the bid submission & not be viewable by any one until the time
of bid opening. Overall, the submitted tender documents become readable only after the
tender opening by the authorized individuals.
20. The confidentiality of the bids is maintained since the secured Socket Layer 12 B bit
encryption technology is used. Data storage encryption of sensitive fields is done.
21. The bidder should logout of the tendering system using the normal logout option available at
the top right-hand corner and not by selecting the (X) option in the browser.
22. Bidder can resubmit the bid online as many times as possible within the Bid Submission end
date and time.
23. Bidder can withdraw the bid submitted online within the bid submission end date and time,
and the withdrawn bid can’t be resubmitted.
24. For any clarifications on the e-Procurement system, please contact Visakhapatnam Port
Authority e-procurement cell by mail/phone/in person
25. Copies of the work orders indicating name of the work, contract No. & date, value of the
work, name of the organization including bill of quantities (BOQ) etc., along with
completion/performance certificates are to be submitted as hard copy on the day of opening
of the technical bid, by the Bidders as pre-qualification criteria.

Shri. N. Sri Rama Chandra Murthy, CE, VPA


Ph.0891-2873300 / Mobile: 99482 98341
Email: [email protected]
Shri. A. C. Vikash, SE(CP), VPA
Ph:0891-2873332 / Mobile: 9742501353
Email: [email protected]
Shri. CH BHARGAVA, EE(CP), VPA
Ph:0891-2873338 / Mobile: 8291643994
Email: [email protected]
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

ITEM RATE - TENDER FOR WORKS

I / We hereby tender for execution for Board of Trustees of the Visakhapatnam Port Authority of
the works specified in the tender memorandum within the time specified in such memorandum
at the rates specified therein and in accordance in all respects with the specifications design
and instructions in writing referred to in Rule - 1 hereof and in clause - II of the conditions of
contract and with such materials as are provided for by end in all other respects in accordance
with such conditions so far as applicable.

MEMORANDUM (GENERAL DESCRIPTION)

a) If several sub works are included, : Maintenance of Visakhapatnam International


they should be detailed in a separate Cruise Terminal of Visakhapatnam Port for a
list period of two years (2025 & 2026).
b) Estimated Cost : Rs. 1,64,78,418

c) Earnest Money : Rs.2,64,784/-


d) Security Deposit (R.M + P.G.) : 5% PG + 5% Retention money
i) Retention Money (R.M) : 5% of the gross bill amount will be recovered
towards R.M. from the bills till the entire
amount of 5% of the contract value is
reached
ii) Performance guarantee (PG) : 5% value of Contract amount.
e) Time allowed for the work from date : 24 (Twenty Four) months
of written order to commence.
f) Maintenance period : N/A
g) Commencement of work : Within 15 from the date of issue of work order

Item No. Item of Work Quantity Unit Per Rate to be Amount


Tendered
1 2 3 4 5 6.

Should this tender be accepted I/We hereby agreed to abide by and fulfil all the terms and
provisions of the conditions contained in the pamphlet named "GENERAL DIRECTIONS AND
CONDITIONS OF CONTRACT" which have been read by me, read and explained to me so far
as applicable, or in default thereof to forfeit and pay to the Board of Trustees or its successors in
office the sums of money mentioned in the said conditions:

Give particulars and Nos. strike out The sum of. E.M.D. Rs.2,64,784/- is deposit with the
(a) if no cash security deposit is to Financial Adviser and Chief Accounts Officer (Port
be taken authority) and full value of which is to be absolutely
forfeited by the Board or its successors in Office,
without prejudice to any other rights or remedies of the
said Board or its successors in office, should I / We fail
to commence the work specified in the above
memorandum of should I / we not deposit the full
Strikeout (b) if any Cash Security amount of SECURITY DEPOSIT specified in the above
Deposit is taken memorandum in accordance with Clause I (a) of the
said conditions of Contract, otherwise the said sum of
E.M.D. Rs.2,64,784/- shall be retained by Government
as on account of such SECURITY DEPOSIT as
Receipt attached as Earnest Money aforesaid or (b) the full value of which shall be retained
(A) the by BOARD on account of the SECURITY DEPOSIT
specified in Clause I (b) of the said conditions of
contract.

Signature of contractor before submission Dated the ____ day of _________ of tender.

Signature of witness to Contractor's Witness:


Signature
Address:
Occupation:
The above tender is hereby accepted by
me on behalf of the Board of Trustees
of Visakhapatnam Port Authority.

Signature of the Officer by whom accepted. Dated the ------------ day of --------

CHAIRPERSON
VISAKHAPATNAM PORT AUTHORITY

The common seal of the BOARD OF AUTHORITY of the Port of Visakhapatnam has been
affixed in the presence of Shri. Dr. MADHAIYAAN ANGAMUTHU, CHAIRPERSON of the
BOARD OF AUTHORITY has signed on behalf of the Board in the presence of.
(ANNEXURE – V)

VISAKHAPATNAM PORT AUTHORITY


CIVIL ENGINEERING DEPARTMENT

CHECK LIST TO THE TENDER SCHEDULE


(For documents to be submitted by the tenderers for acceptance of the tender)

1. EMD : Submitted / NA
(As per eligible criteria of e-NIT)
2. Cost of tender schedule : Submitted / NA
(In case of tender schedule down loading from VPA
Website)
3. Proof of experience in executing similar nature of : Submitted / NA
works completed during last 7 years.
Similar completed works should be,
3 (three) works each costing not less than 40% of
the estimated cost
(or)
2 (two) works each costing not less than 50% of the
estimated cost
(or)
1 (one) work costing not less than 80% of the
estimated cost.
4. Proof of average annual turnover should be not less : Submitted / NA
than 30% of the estimated cost during last 3 years.
5. Proof of valid solvency i.e., validity within one year : Submitted / NA
(Amount as mentioned in the Tender Notice)
6. Proof of Registration of Contractor : NA
(Other than VPA Registration)
7. Proof of GST in Registrations : Submitted / NA
(For works costing more than Rs.5.00 lakhs)
8. GST declarations : Submitted / NA
9. Annexure-I, II, III & IV : Submitted / NA
(Tenders invited in two-bid system)
Annexure-I - list of works completed during last 7
years.
Annexure-II - list of works on hand.
Annexure – III - list of plant and machinery
Annexure – IV - list of supervisors.

Signature of the Tenderer

NOTE:
(1) The Check List should be signed and submitted by the Tenderers along with their Tenders,
duly confirming that they submit the above-mentioned documents.
(2) The tenders received without Check List duly signing & enclosing and required documents
as per the Check List will be liable for rejection.
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

SCOPE OF WORK

Attending Maintenance, Repairs, Glass Façade & ACP Cleaning works (inside & outside),
sanitation works inside the terminal building and outside area (all around the building, roads,
parking area, pump houses, berth area, providing security and garden/landscaping works
including assisting in office by engaging skilled workers of, one supervisor, one plumber, one
pump operator, six security guards.
1. Cleaning of Terminal Building:
Sl. SPECIFIED AREA OF NATURE AND SCOPE OF WORK FREQUENCY
No. WORK
1 VIP Rooms, Halls, cabins, Dusting, Sweeping, Mopping, Cleaning Daily
rooms, offices, toilets and wiping of floors, furniture, fixtures,
Corridor & Passage, lifts Cars partitions, walls, ceiling, curtains,
(02 Nos.), Stair cases (03 venation blinds, removal of Wastes
Nos.) from Ground floor to from dustbin and keeping it properly as
03rd floor directed, Removal of Cob-webs,
dusting and wiping the windows and
their glass pane, doors and polishing
their handles, Cleaning of Telephone
Instruments, Fax Machines,
Computers, spraying disinfectant,
Room Freshener, Cleaning all
drains/sewage pipes including
removing blockages in drain/sewage
pipes, removal of garbage and waste
papers on daily basis from the
premises.
2 Halls, Stair-cases, entire Washing and Scrubbing the floor of the On 2nd & 4th
entrance areas, all the Signs Rooms and entire premises with soap Saturday’s
and Notice Boards, Halls, water and drying it and cleaning of all
executive cabins, toilets sign boards and notice boards.
Corridor & Passage, wash
Rooms, Ground floor to 3rd
floor.
3 All Furniture, Fixtures, Dusting, Cleaning and Wiping Fans, On 2nd & 4th
Fittings and Office telephone, fax machines, computers, Saturday’s
equipment, curtains, venation geysers, exhaust fans, room heaters,
blinds, telephone, fax and air-conditioners, furniture, fixtures and
computers etc. fittings and polishing of fittings.
4 Bathrooms (Ladies and Dusting, Sweeping, Mopping, Cleaning, Daily
Gents) of all the floors from Polishing, Wiping and Removal of Cow-
Ground to 1st floor. webs, wastes, dusting and wiping
windows, glass pain, China Clay
Sanitary Fittings, Mirrors and doors,
Polishing door handles, metal sanitary
Daily Seal & Signature of Bidder Page
32 of 60 fittings, washing and cleaning
and wiping the wall tiles and floor with
Soap / Harpic / Colin / Acid and
providing Urinal Phenyl Cubes and
Liquid Soap/ napkin papers / toilet
paper rolls as per requirement.
5 Passage, Lobby and Sweeping, Cleaning, Wiping and Every 02 Hrs.
Common Areas, Bathrooms Drying. during cruise
(Ladies & Gents) from vessel
Ground to 8th floor operation
6 Water Dispensers, Carpets, Dusting and Cleaning of, Water On 2nd & 4th
Sofa Sets, Fabric Chairs, Hot Dispensers, Hot Case etc. Dry Cleaning Saturday’s
Cases etc of Carpets, Sofa Sets, Chairs etc. By
using dry-cleaning machine/tools.
7 Cleaning of Glass Canopy at Sweeping, Cleaning, Wiping and Drying On 2nd & 4th
reception Saturday’s

2. Cleaning of Open Spaces:


General Cleaning of office building, Pathways, Drains, Sewer Lines and Manholes, Shafts,
Staircases, Lift Cars, Terrace, Outer, Paving, Road Side and other drains, catch basin, all
sewer lines and manholes, gully traps, sluice valve, and wheel valve chambers, etc. to keep
them in proper hygienic conditions. Collection of all garbage from the terminal building road
drains and sewer lines etc. and disposal of all rubbish/waste material at a distance place
away from the premises in the approved municipal dump.
a. sweeping of the common areas within the buildings, berth area, open spaces (including
lawns & gardens), pathways, passages, stilts, parking areas, pump rooms, head rooms
without any dirt or dust including unwanted material thrown by the residents. Any portion
of the colony falling under common area shall be considered for sweeping / cleaning as
per the requirement.
b. cleaning and mopping of the entrance passage (including letter boxes and name boards)
at ground floor, staircases and passages at all floors in all buildings (including
granite/Tile cladding on the walls).
c. cleaning, washing and Sweeping of Guard post with required detergent.
d. cleaning of the terraces, common area doors etc. by removing algae deposits, silt/dust,
weeds, shrubs, etc. Special care should be taken during the rainy season to avoid water
logging on account of non-cleaning. The periodicity will not be considered as a constraint
in these types of works.
e. Removal of plants/shrubs as and when required from the outer walls/parapet/chajjas,
etc. of the buildings and preventive measures for stopping the growth of such plants.
f. Removal of cobwebs from the staircases, passages, cleaning of pipes/conduits,
windows in the staircases, etc.
g. Cleaning & washing of the paver blocks so that the area is free from dust, algae deposits
to avoid slippery surfaces, especially during rainy season using bleaching powder.
Special attention should be given to the entrance areas all the time.
h. Keep all the Open/ Storm water drain/pipe clean, such that water flow is free without any
blockage or stagnation.
i.
All other works relating to the maintenance including sweeping, washing and cleaning,
etc. as VPA may specify from time to time.
3. Façade Cleaning & Out Door Silicon Filling
1. The Successful Contractor has to engage trained operatives for facade glass & ACP
cleaning work as the building has G + 2 storeys. The necessary supervision, safety and
tools arrangements shall be made by the contractor during execution of work.
2. The work involves cleaning of all exterior glasses internally as well as externally. The
payment as per BoQ will be made on the basis of this mentioned work.
3. The successful contractor has to provide all the cleaning tools and required chemical
compound. The contractor will arrange for safety equipment viz. Safety rope, jhulla and
abseiling kit etc. for cleaning the external faces of the glasses.
4. The successful contractor will provide and use good quality chemical compounds to
ensure that all the moss and dirt deposits are cleaned thoroughly. The period/ time of
cleaning will be decided by the VPA.
5. The work shall be carried out 12 times in one year i.e. once in a month. The contractor
will strive to remove the dry water marks, silicone sealants marks etc. Based on the site
requirement, the contractor has to carry out the cleaning less than the frequency
mentioned above without any additional financial claim.
6. After completion of the work, the contractor will remove all tools, tackles, compounds etc.
from the site.
7. While facade cleaning if it is observed that there is need of removal of old outdoor silicon
filling then same has to be removed and same should be re-filled by fresh outdoor
silicon. Before using of outdoor silicon material, same should be got approved by the
Engineer-In-Charge. The cost of silicon is deemed included in the BoQ.

4. Cleaning Of Underground and Overhead Water Tanks


Mechanical cleaning and Disinfection of underground water tank and overhead water tanks:
1. Method of Cleaning:
a. The tank shall be emptied manually or by pumping.
b. The inside surfaces of the tank shall be thoroughly scrubbed with brush and using
Rotary jet application and the scraped dirt/ dust/ debris/ scales/ encrustations be
removed from the tank by means of Slurry Vacuum pump.
c. Anti - Bacterial agents should be sprayed on the walls.
d. Disinfection to be done by UV Radiation.
e. Treatment of cracks: Cracks other than hairline, if any shall be widened, freed from loose
particles to form V - grooves. The grooves shall be filled by acrylic polymer modified
cement: quartz sand mortar, as per the direction of the manufacturer.
f. After drying up the tank shall be ready to use.
g. Cleaning will be done half-yearly preferably in April and October.
h. Cleaning of one tank shall be done on a single day.
i. The Successful bidder has to give the proposed dates of Cleaning of Tanks at least one
week in advance to the Engineer-In-Charge.
5. Machinery/ Equipment
5.1 The contractor shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and time schedule, progressively deploy
adequate equipment, tools, tackles and augment the same as decided by the VPA or his
authorized representative depending on the exigencies of the work so as to suit the
cleaning schedule. However, contractor has to position and deploy following minimum
machineries at site from the date of start of work:-

5.2 List of machinery /equipment/T&P


Sl.No Description of Approved makes Quantity Recovery
machinery Rate per
/equipment/T&P Equipme
nt per
day

Battery operated “Walk TASKI–JD / Nilfisk / 1 Rs.3000/-


1. Behind Scrubber-cum- Comac/ K’a’rcher /
Drier Machine”. Tennant / Fimap / Forbes
Pro/ Roots/Charnock /IPC
Battery operated TASKI–JD / Nilfisk / 1 Rs.2000/-
2. /Electrically operated Comac/ K’a’rcher /
“Walk Behind Single Disc Tennant / Fimap / Forbes
Scrubber Machine”. Pro/ Roots /Charnock/ IPC
Wet & Dry Vacuum TASKI–JD / Nilfisk / 1 Rs.1500/-
3. Machine with applicable Comac/ K’a’rcher /
accessories for cleaning/ Tennant / Fimap / Forbes
shampooing of Pro/ Roots/
sofa/carpet/chairs Charnock/ IPC
High Pressure Jet TASKI–JD / Nilfisk / 1 Rs.1500/-
4. Machine (with Foaming, Comac/ K’a’rcher /
Rinsing & Vacuuming Tennant / Fimap / Forbes
function) Pro/ Roots/Charnock/ IPC

Note: Quantity shown above is indicative and bare minimum. Bidder is expected to
provide required quantity as per site requirement and direction of Engineer – In –
Charge.
Such machinery as mentioned in the tenders will be placed for use at all times during the
contract at the Site. In the event of contractor failing to provide such machinery, the
penalty to be charged for the period of non-availability and deductions may be affected
while finalizing the bills as per terms of the contract.
Incase of absence of any of the man power shown in price bid/ BoQ an amount
of Rs.1000/- per labour per day will be recovered from the bill as a penalty for
absence. The deployed man power shall be efficient to the requirement and
performance shall be to the requirement of Engineer-In-Charge.

SCOPE OF WORK (Electrical)


Manning and Operation of Electrical Switch Gear round the clock in 3 shifts to keep the system
in good working condition without any breakdown.

1) Operation of the HVAC System.

2) Operation & Maintenance of Pump house and Fire Fighting Systems (Electrical).

3) Operation of Diesel Generator Set.

4) Checking of Power Factor of feeder at Metering point every day and informing the reading to
11KV Sub-station duly recording the same in the Log book of Cruise Terminal.

5) Measuring earth pit values of all earth pits of all the installations.
6) Switching “ON” & “OFF” of the lighting for Cruise Terminal/ Berth Lighting and other sundry
lighting during the ‘Sunset and Sunrises’.

7) Operation of HT / LT switch gears as per the requirement of the user requirement.

8) Operation of lifts and Escalators.

REQUIRED STAFF TO OPERATE CRUISE TERMINAL BUILDING FOR ROUDN THE


CLOCK MANNING AND OPERATION

Staff Deployment General Shift 1st Shift 2nd Shift 3rd Shift Total

Site Supervisor 1 No. -- -- -- 1 No.

Skilled Electrician -- 1 No. 1 No. 1 No. 3 Nos.

Releiver/ General Shift -- - - 1 No. 1 No.

Total 5 Nos.

DESIRED Qualification of Manpower:

Designation Qualification / Experience

Site Supervisor D.E.E. (Diploma) with relevant field experience for 5 years in large
establishment.

Skilled Electrician ITI with relevant field experienced for One year.

AC Technician ITI with relevant field experience for One year

INVENTORY of Cruise Terminal


1. HT breakers:
a) 11 KV Incoming breakers 350MVA,630A, 20KA - 1 No.
b) 11 KV outgoing breakers 350MVA,630A, 20KA - 1 No.
2. Transformers:
500 KVA, 11 KV/0.433KV transformers – 1 nos.
3. LT Distribution Panels:
a) Main LT Panel (Common service panel) Consisting of
i) Incoming : 800A,ACB 50KA 4 Pole Electrically operated drawout type ACB.
ii) Outgoings : 400A 50KA TPN MCCBs with neutral link -1 nos , 250A 25 KA TP MCCBs with
neutral link -4 nos ,100A 25KA FP MCCB -1 nos ,63A 25KA FP MCCB -2 nos.
b) APFCR Panel :150 kvar (1 X10KVAR + 2 X 20KVAR + 4 X 25 KVAR) Consisting of
i) Incoming:250A,25KA 4Pole MCCB with neutral link and ELR CBCT-1set, Busbars:250A TPN
Aluminium Busbars-1set,
ii) Outgoings:63A SDF 4 nos,40A SDF - 4 nos,
iii) Metering for Incomer:0-500V Digital Voltmeter with selector switch and MCB-1set,0-250A Digital
Ammeter.
c) HVAC Panel Consisting of
i) Incoming:400A,50KA 4Pole MCCB with neutral link and ELR CBCT-1set,Busbars:400A TPN
Aluminium Busbars-1set,
ii) Outgoings: 40A 10KA TP MCB with neutral link -24 nos,32/6A 10K SP MCB with neutral link -8
nos,
iii) Metering for Incomer:0-500V Digital Voltmeter with selector switch and MCB-1set,0-250A Digital
Ammeter.
d) Building Distribution Panel Consisting of
i) Incoming:250A,35KA 3Pole MCCB with neutral link and ELR CBCT-1set,Busbars:250A TPN
Aluminium Busbars-1set,
ii) Outgoings: 100 A MCCB TP 25 KA-1 No ,63 A 10K TPMCB with neutral link -10nos,

e) Metering for Incomer:0-500V Digital Voltmeter with selector switch and MCB-1set,0-250A Digital
Ammeter

f) Pump House Panel Consisting of

i) Incoming:250A,35KA 3Pole MCCB with neutral link -1set,Busbars:250A TPN Aluminium


Busbars-1set,
ii) Outgoings: 63 A 10K TPMCB with neutral link -04nos

4. 24/30V, 6A battery charger and associated circuits – 1 set.

5. Indoor Lighting (Cruise Terminal)


i) 12 w LED fixtures - 46 Nos.
ii) 18 w LED fixtures - 187 Nos.
iii) 40 w LED fixtures - 56 Nos.
iv) 34 w LED fixtures - 110 Nos.
v) 200 w high bay LED fixtures - 55 Nos.
vi) 50 w LED fixtures - 24 Nos.
vii) 11 w LED fixtures - 04 Nos.
viii) 5 w LED aviation light - 01 No.

6. HVAC( as per Daikin ) - 01 Unit

7. Fire Fighting pumps Consisting of


i) 60HP
ii) 5.5HP
iii) 70HP (Diesel engine drive)
8. Domestic water pump -10HP

9. Dewater Pump - 2HP


10. Street lights 120W LED - 30 Nos.
11. Gate light - 02 Nos.
12. LIFTS - 02 Nos.
13. ESCALATORS - 02 Nos.
14. Berth Lighting - 21 Nos.

MAINTENANCE OF REGISTERS:

1. Sub-station Register: Includes HT & LT panels, Transformers, Lighting, HVAC System


and other electrical equipment.

LOCATION: Work located at Port area, near GCB RFID gate of VPA

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

SPECIAL INSTRUCTIONS TO THE TENDERERS

BRIEF DESCRIPTION OF WORK: Attending Maintenance, Repairs, Glass Façade & ACP
Cleaning works (inside & outside), sanitation works inside the terminal building and outside area
(all around the building, roads, parking area, pump houses, berth area, providing security and
garden/landscaping works including assisting in office by engaging skilled workers of, one
supervisor, one plumber, one pump operator, six security guards, façade cleaners along with 8
No’s, unskilled labourer per day regularly. Contractor has to provide all experienced manpower,
tools & tackles, conveyance, Proper PPEs, consumables required for performing efficient
Facade & ACP Surface Cleaning, Maintenance of Electrical equipment’s.

1. CLAIMS AND DISPUTES

Any claims or disputes arising out of the contract should be promptly submitted in writing to
the Engineer-in-Charge within one month from the date of cause of action so that the points
at issue could be immediately verified at site by the field officers, facts ascertained and a
prompt decision given. Claims raised beyond this time limit will not be entertained. The
tenderers shall carefully note this stipulation.

2. SUB-LETTING

Engaging of labour on a piecework basis shall not be deemed to be sub-letting.

3. EXCEPTED RISKS

The “excepted risks“ are war hostilities between India and any other country (whether war
be declared or not) invasion, act of foreign enemies, rebellion, revolution, insurrection of
Military usurped power, Civil war (other wise then among the contractor’s own employees)
or riot, commotion, or disorder or use or occupation by the Employer of any portion of the
works in respect of which certificate of completion has been issued or a cause proven to be
solely due to the Engineer-in-charge decision or any such operation of the forces of nature
as reasonable foresight and ability on the part of the contractor could not foreseen or
reasonably provide against (all of which are herein collectively referred to as the excepted
risks “) .

4. INSURANCE OF WORKS ETC

The contractor shall insure in the joint names of the Board and the contractor against all
risks of whatever nature viz., all losses or damages from whatever cause arising (other than
the excepted risks) for which he is responsible under the terms of the contract and in such
manner that the Board and contractor are covered during the period of execution of the
works for any loss or damage, occasioned by the contractor in the course of any operation
carried out by him for the purpose of complying with his obligations. The said insurance shall
cover the following:
a. The works and the temporary works to the full value of such works executed from time to
time.

b. The materials, constructional plant and other things brought on to the site by the
contractor to the full value of such materials, constructional plant and other things, such
insurances shall be effected with an insurer and in terms approved by the Board (which
approval shall not be unreasonably withheld) and the contractor shall whenever required
produce to the Engineer-in-charge or his representative the policy or policies of
insurance and the receipt for payment of current premiums provided always that without
limiting his obligations and responsibilities as aforesaid nothing in this clause contained
shall render the contractor liable to insure against the necessity for the repair or
reconstruction of any work constructed with materials or workmanship not in accordance
with the requirements of the contract. If the insurance policies do not take care of any of
the risks identified or part of the work involved, the contractor shall indemnify the Board
suitably against such risks and works.

5. DAMAGE TO PERSONS AND PROPERTY

The contractor shall (except if any so far as the specification provides otherwise) indemnify
and keep indemnified the Board against all losses and claims for injuries or damages to any
person in the employment of the Board or any property of the Board whatever (other than
surface or other damage to land or crops being in the site suffered by tenants or occupiers)
which may arise out of or in consequence of the construction and maintenance of work and
against all claims, demands, proceedings, damages, costs, charges and expenses
whatsoever in respect of or in relation thereto. Provided always that nothing herein
contained shall be deemed to render the contractor liable for or in respect of or to indemnify
the Board against compensation or damages for or with respect to:
a. The permanent use or occupation of land by the works or any part thereof or (save as
hereinafter provided) surface or other damage as aforesaid.

b. The right of the Board to construct the works or any part thereof on/over/under/in or
through any land.

c. Interference whether temporary or permanent with any right of a Air way or water or
other easement or quasi easement which is the unavoidable result or the construction of
the works in accordance with the contract.

d. Injuries or damage to persons or property resulting from any act of neglect done or
committed during the currency of the contract of the Board his agents, servants or other
contractors (not being employed by the contractor) or for in respect of any claims,
demands, proceedings, damages, costs, charges and expenses in respect there of or in
relation thereto.

e. Provided further that for the purpose of this clause the expression “the site shall be
deemed to be limited to the area defined in the specification or shown on the drawings in
which land and crops will be disturbed or damaged as an inevitable consequence of the
carrying out of the works.

6. The Contractor shall insure against such liability with an insurer approved by the Engineer-
in-charge which approval shall not be unreasonably with-held and shall continue such
insurance during the whole of the time including maintenance period that any persons are
employed by him on the works and shall when required produce to the Engineer-in-Charge
or his representative such policy of insurance and the receipt for payment of the current
premium. If the Contractor / Tenderer shall fail to effect and keep in force the insurance
referred to in the above clauses hereof any other insurance which he may be required to
effect under the terms of the contract then and in any such case the Engineer-in-Charge or
his representative may effect and keep in force any such insurance any pay such premium
‘or’ premiums as may be necessary for that purpose and from time to time, deduct the
amount to be paid by the Engineer-in-Charge or his representative as afore said from any
amounts due ‘or’ which may become due to the Contractor / Tenderer ‘or’ recover the same
as a debt due from the Contractor / Tenderer.

7. THIRD PARTY INSURANCE:


1. Before commencing the execution of the work, the contractor (but without limiting his
obligations and responsibilities) shall insure against any damage, loss or injury which
may occur to any property (including that of the Board) or to any person (including any
employee of the Board) by or arising out of the execution of the works or temporary
works in the carrying out of the contract.

2. Such insurance shall be effected with an Insurer and in terms approved by the Chief
Engineer save and except any accident injury resulting from any act or default of the
board his agents or servants and for at least the amount stated in the Tender and
contractor shall, whenever required, produce to the Engineer-in-charge or his
representative the policy or policies of insurance and the receipts for payment of the
current premiums. The minimum amount of third-party insurance shall be Rs. 25.00
lakhs (Rupees Twenty-Five Lakhs only)

8. PERFORMANCE GUARANTEE

The Security deposit (SD) consists of two part viz., (i). Performance Guarantee and (ii).
Retention Money. The Retention Money will be the amount deducted from running account
bills @ 5%. The recovery of Retention Money shall commence from the first bill on wards till
the entire amount of @5% of the contract value is reached. The S.D will be released on
completion of Contract period. The authority to release of P.G and R.M is Chief Engineer
and Dy. Chief Engineer respectively.

a. The contractor should submit a Performance E- Bank Guarantee (P.G) for 5% of


contract value in VPA pro-forma from a schedule Bank within 15 days from the date of
receipt of work order, failing which the contract would be rescinded without any further
notice.

b. The P.G shall be accepted only through RTGS/NEFT Bank Transferred with effect from
01.10.2020 in VPA. The VPA bank account details to which amount is to be transferred
on SBI, Visakhapatnam Port Branch A/c No.30387186900 IFSC: SBIN0001740 or Bank
Guarantee (for value more than 5.00 lakhs) from nationalized Bank/Schedule bank in
standard pro-forma of VPA.

c. The bidder has to submit E- Bank Guarantee only from Scheduled/Nationalized Bank
in the format prescribed by the Port shall be in compliance with for a digital confirmation
for the Bank Guarantee.
d. The contractor has to furnish the Ports full Bank details, Bank Account Number, IFSC
with address, Branch code to the issuer bank guarantee. Only the BG received with the
above facility shall be accepted by the VPA.
e. The contractor has to inform to the issuer bank of BG that the unique code
i.e.”VPT521470257” is to be entered by the issuer bank in the Field of 7037 of IFIN
760COV or IFIN 767COV in their portal. In turn, the issuer bank will transmit the bank
guarantee via SFMS to the beneficiary bank of the Port digitally.
f. The Visakhapatnam Port Authority Bank details are as follows:

Benificiary Bank ICICI Bank

Account Number 6005008974

IFSC ICIC0000060

Unique code VPT521470257

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

BILL OF QUANTITIES
PREAMBLE TO SCHEDULE – “B”

1. GENERAL INSTRUCTIONS
a. The quantities given in the Schedule ‘B’ are approximate and are given to provide a
common basis for tendering. Payment will be made according to the actual quantities of
work ordered and carried out, as measured by the Engineer-in-charge. The rates
entered in the contract for the various items of work shall be valid for any extent of
variation of quantity of each individual item up to 25% subject to total contract value
does not get altered by more than 10% No claim whatsoever for extra payment due to
variation of quantities will be entertained.
b. The contractor shall be deemed to have visited the site before preparing his tender and
to have examined for himself the conditions under which the work will proceed and all
other matters affecting the carrying out of the works and cost thereof.

2. PAYMENT TO THE LABOUR


a. The bill of quantities prepared based on minimum wages for labour as per CLC (Central)
order dated 01.10.2024.
b. The contractor shall be reimbursed the latest wages as notified by the by Chief Labour
Commissioner (C), Ministry of Labour & Employment, New Delhi from time to time over
and above his service charges (amount quoted), subject to production of documentary
evidence payment of the same to their workmen/Labourer.
c. The service charges payable to contractor based on the amount quoted by him and
accepted by VPA shall however remain constant during the entire duration of the
contract and extension granted, if any, in accordance with the terms and conditions of
the contract and shall continue to be based on the rates of minimum wages notified in
the order dated 01-10-2024. It shall not undergo any revision due to revision in the rate
of Minimum Wages from time to time.
d. Statutory social security contributions like contractor’s share of EPF, ESI etc. as
applicable under relevant labour laws shall be reimbursed to the contractor on
production of actual challans evidencing deposit of the same with the statutory
authorities.
e. Copy of bank passbook of each labour clearly highlighting the credit entry in respect of
wages paid to them by the Contractor in respect of the month for which the bill is
claimed. The payments of wages to the labour deployed by the Contractor shall be
credited by him in the respective bank account of each labour by NEFT/RTGS. No cash
disbursement of wages is accepted.
f. The management of VPA is at Liberty to extend the Labour contract period subject to
necessity and /or otherwise, it may foreclose the contract based on the poor
performance/complaints received against the contract agency by the labourer/users
department personnel.
g. The discretion of the Engineer-in –charge is final in this regard to cancel /extend the
work order/contract period.
h. If the contractor fails to supply labour/organised in a proper / systematic manner, the
recoveries shall be effected double the wages in running account bills based on the
discretion of Engineer-in-charge for poor performance/Absentees personnel.
i. The contractor shall ensure labour deployed is fit to do the work in terms of their fitness
and age preferably more than 50 years shall discourage.
j. The contract is for the period of 2 year, however, VPA having rights to pre close the
contract with 1 month advance notice period for any reason. No claims shall be
entertained in this regard. The quoted rate inclusive of such pre closure.

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).
SCHEDULE ‘ A ‘

Schedule showing (approximately) the materials to be supplied by the Visakhapatnam Port


Authority Board under Clause – 10 of the General Conditions of Contract to be executed and
the rates at which they are “to be charged for”.

Sl. Description of material Approx Unit Rate at which Place of delivery


quantity the materials will
No.
be charged to
the Contractor
1. 2. 3. 4. 5. 6.

-N/A -

Note: Visakhapatnam Port Authority will not supply any material, the contractor himself shall
procure the same as per BoQ and all necessary materials to fulfil the scope of work.

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

SPECIAL CONDITIONS

1. The Contractor has to deploy trained manpower. The necessary supervision, safety and
tools arrangements shall be made by the contractor during execution of work.
2. Smoking and chewing pan/tobacco/gutkha/ any other drugs etc. by deployed staff is strictly
prohibited in the building.
3. As the location of work is in a prohibited area, the contractor shall obtain necessary RFID
passes from the Commandant CISF/V.P.A. through the department for himself, his workers,
materials and equipment and vehicles etc., as per the rules in force. The necessary charges
towards RFID passes shall be borne by the contractor.
4. The Port working hours are from 8.30 A.M to 1.00 PM and from 2.00 P.M to 5.30 P.M. Any
work requiring the contractor shall deploy labour without any extra cost to the department.
The contractor shall mobilise required labour in Sundays/holidays if required. The incidental
charges for such work shall be borne by contractor. Failing to adhere to the timings and non-
deployment of labours as per the scope of work & instructions will attract penalty at Rs.
1000/- persons per instance.
5. Minimum number of personnel required to be deployed have to be physically deployed on
every day basis and therefore any other personnel required to be deployed for taking care of
Leave Reserve & Rest givers etc. have to be additionally provided by the Successful
Contractor as per the Statutory norms or rules etc. as applicable.
6. Labours / Personnel should be smartly/ properly dressed in neat and clean uniforms having
firm’s logo. The uniforms and Personal Protective Equipment (i.e. Shoes, helmet, gloves etc)
would be provided by the Successful Contractor at his cost. Failing to comply the same will
attract penalty at Rs. 1000/- person on each instance.
7. All the claims of the Port Authority against this contract or any other transaction whatsoever
will be recovered from the amounts due to Contractor on this contract.
8. The Contractor should submit daily labour report, his day’s programme of work in the printed
proforma in the early hours of everyday. Month wise attendances of the workers report shall
be submitted by contractor before processing of monthly bill by department.
9. The Contractor is responsible for taking precautionary measures for the safety of the lives of
the mazdoors working under him and the responsibility arising due to any mishap during the
execution of work, the payment of any compensation etc., lies entirely on the part of the
Contractor.
10. The contractor will take necessary precautions for carrying out the work without disturbing
the function of building, avoiding any damage to structures/decorative parts of the property
including equipment’s/ furniture / glass façade / ACP /false ceiling installed. The contractor
will rectify any damage done at his cost. If not rectified then appropriate action may be taken
against the contractor in terms of contract.
11. An adequate insurance coverage shall be arranged by the contractor for all
employees/workmen against accident & the VPA shall not be responsible for any liability
arising out of any accident / injury caused to the employees/workmen while executing the
work
12. The contractor is bound to do all such jobs required for uninterrupted and smooth
functioning of the building.
13. Daily attendance record must be maintained by the contractor of each staff and the same
should be produced before the Bank.
14. The contractor has to depute skilled and experienced operator for cradle operation and
should undertake that their deputed staff is well versed with the cradle and its operations.
15. The method of cleaning should be soft dry cleaning or wet cleaning with clean water & mild
detergent using squeegees system. Material used should confirm to requirements of 5-star
GRIHA accredited building.
16. Contractor to provide Uniform helmet, Safety belts, etc. to the workers. No worker will be
allowed at site without proper uniform, helmet and Safety belts, etc. The safety belt should
be anchored properly at a place other than the cradle and should be closed monitored by a
person other than the cradle operator and the cleaners who are on the cradle.
17. The Contractor should follow all the labour rules and regulations such as Contract Labour
Regulation and Abolition Act; Minimum Wages Act, and all other Statutory Rules and
Regulations such as leave salary, uniform, ex-gratia, gratuity, ESI, provident fund workmen
compensation, group insurance, overtime, leave substitute, etc.
18. A log book to be maintained to record the daily work done as well as the regular
maintenance being carried out along with an attendance register at site.
19. Any others servicing which are not covered but necessary for smooth and trouble-free
working of entire system(s) are also included in the scope of work.
20. The department reserves the right to cancel the execution of some items or units of work at
any Time during the execution of work or pre close the contract. No claim by the contractor
on this account and due to variation of any particular items will be entertained.
21. The tender containing freak rates shall be summarily rejected and the decision of the Chief
Engineer, Visakhapatnam Port Authority on this aspect shall be final and binding.
22. The notice inviting tender etc., shall form part of the contract.
23. All the rules and regulations governing the Visakhapatnam Port Authority shall be
Applicable.
24. Bank Guarantees issued by National / Scheduled Banks will only be accepted in the
approved proforma of the Port authority.
25. The item rate tender bearing any inscription either to increase or decrease the rate quoted
shall not be considered and such tender will be rejected summarily.
26. The decision of Engineer-in-charge is final in case of any technical clarification.
27. Lifesaving and First aid devices: The contractor at his own expenses provide and maintain upon
the works to the satisfaction of Engineer-in-charge, sufficient, proper and efficient life saving and
first aid appliances, which shall at all times be available at site of work for use. The Contractor
has to take necessary safety measures like providing helmets for his staff. Workmen at site
of work at his own cost in order to avoid any untoward incidents, no payment will be made in
this regard.
Security and Safety:
28. Security required: The contractor shall comply with all regulations imposed by the customs
and Port security Authorities in respect of the passage of plant, vehicles, materials and
personnel through customs barriers.
29. Safety precautions:
i. Fire safety precautions: The contractor shall make all precautions to prevent out break of
fire and accidents on the site of machinery, men, materials, office, stores and other
places connected with the works directly or indirectly. He shall comply with all rules,
regulations and orders if any issued by statutory authority and of the Engineer-in-charge
at no extra cost of the Board and he shall include all the charges in the rate quoted
excess/less over the amount put to tender.
ii. Restricted areas: The contractor shall obtain from the Board details of any restricted
area in and around the site and shall have prominently and clearly, displayed for the
information of his staff and work people, notices defining any such restricted areas. Such
notice shall be provided at his own expense.
iii. The Contractor shall give every facility to the authorized safety officer of the Board to
inspect the works whatsoever required and shall observe and abide by and instructions
given by the Engineer-in-charge in regard to the use of plant, equipment and temporary
works in respect of general safety. Compliance with such requirement shall not be used
as the basis of claim against the Board.
30. UPKEEPING OF ENVIRONMENT: The contractor shall take precautionary measures and
adhere to the following for up keeping of the environment at site of work, at no extra cost to
the department.
a. No tree/plant should be cut or removed without the written permission of the Engineer-in-
charge.
b. Contractor shall make necessary arrangements to reduce the dust generation by:
i. Regulating the speed of the construction equipment.
ii. Sprinkling of water wherever required.
iii. Prevent overloading of trucks and spillage of materials.
iv. Cover trucks with tarpaulins

c. Contractor shall not tamper any hydraulic flow including drainage, rain harvesting pits,
catchments etc.
31. The work will be done during working hours and to continue the work if necessary, as per
the direction of the Engineer-in-Charge.
32. It is responsibility of the contractor to see that the job entrusted to him is done expeditiously
with safety and in time.
33. Either the Contractor or his authorized representative should be present at site of work at all
times to receive instructions from the department and to implement the same.
34. The contractor has to make his own arrangements for potable water required both for
work and workmen at no extra cost to the department.
35. The bidder shall give an undertaking that they have not made any payment or illegal
gratification to any person / authority connected with the bid process so as to influence the
bid process and have not committed any offence under the P.C. Act in connection with the
bid.
36. In the event that two or more bidders quote the same amount (the “Tie Bidders”), the
authority shall identify the selected bidder by draw of lots, which shall be conducted, with
prior notice, in the presence of the Tie Bidders who choose to attend.
37. In the case the document submitted by the bidder found to be not genuine, the management
reserves the right to forfeit the EMD/SD besides not to allow to participate in future tenders
of VPA.
38. If any forged/fake documents are submitted by the tenderers, their business dealings with
VPA will be banned.
39. The contractor/Firms while quoting tenders shall note that, no post tender negotiation will be
held within L-1 tenderers except in optional cases whenever it is found necessary.
40. The bidders shall disclose any payments made or proposed to be made to any
Intermediaries (Agents etc) in connection with the bid.
41. “The Bidder will have to give a certificate that their firm/ company is not having any
relationship (Direct / Indirect) either personal or Commercial with any of the existing
trustees of V.P.A”
42. Tenderers shall submit the experience/completion certificates along with their tender duly
notarized.
43. Micro and small enterprises registered with NSIC and ministry of MSME with adequate
monitory limits are exempted from payment of tender cost and EMD amount for participating
in V.P.A tenders for the execution of housekeeping/sanitation services.
44. All the eligible Bidders, who are registered with NSIC/Ministry of MSME are exempted from
payment of EMD amount and tender Document Cost subject to fulfilling of following
conditions:
i. The Bidder should invariably submit a request letter claiming “EMD and Tender
Document Cost exemption”.
ii. The Bidder has to submit the self-certified copy of the registration certificate issued by
NSIC/Ministry of MSME for the works/service relevant to the “Subject Tender” as per
Pre-qualification criteria.
iii. The above registration certificate should be valid on the date of opening of the technical
bid.
iv. The Monitory limit of the Registration Certificate shall be more than the “Amount put to
Tender”. In case the monitory limit of the above Registration Certificate is less than the
estimated cost (put to tender), then the above certificate will be treated as invalid for the
subject tender value.
v. In case the Registration Certificate issued by NSIC/Ministry of MSME is found to be
invalid (date expired) or insufficient monitory limit or irrelevant works or services i.e.
other than the tendered works/services. Then the above Registration Certificate cannot
be considered for exemption of EMD & Tender Document Cost and the Bid received will
be treated as “Bid submitted without EMD and Tender Document Cost”, which would
attract disqualification under EMD & Tender Document Cost of tender conditions as
mentioned above.
vi. In case the bid is submitted as an Indian arm of a Bidder and the eligibility criteria
conditions were met thru foreign company, then the “EMD Exemption & Tender
Document Cost cannot be claimed under the MSME status of Indian arm/Subsidiary.
vii. Copy of “Application for obtaining NSIC/ MSME Registration” of pending renewal of
NISC will not be entertained. Such offers will be treated as Offers received without
EMD and Tender Document cost.
45. The contractor shall be liable for authenticate verification of work men engaged in the work
including obtaining proof of Aadhar Cards etc.,
46. The contractor shall engage experienced/ skilled workmen at the site.
47. The contractor shall fulfil all the legal requirements regarding insurance, PF, ESI etc., to the
workmen engaged in the work and shall comply all the QMS/ EMS/OHSAS existing norms of
the organization.
48. The contactor/authorized representative shall monitor workmen round the clock and shall
synchronize with the section in-charge from time to time.
49. The contractor shall be liable for any theft / damages occurred to the Port property due to
his workmen mismanagement / carelessness / un-lawful activities etc., at site, the necessary
recovery will be affected based on the actual assessment what so ever from running
account bills. The Engineer-in-charge discretions the final in this regard.
50. The bidder has to submit declaration (Declaration No.1) towards GST as prescribed in the
pro-forma enclosed.
51. GST Conditions:
a. GST in respect Supply of Goods & Services or on works contract as applicable in
respect of this contract should be payable by the supplier / service provider / contractor
and VPA will not entertain any claims with effect from 01-07-2017.
b. According to GST Act every dealer is liable to be registered whose aggregate turn over
exceeds Rs.20 lakhs for supply of goods / services / executing any works contract.
Accordingly GSTIN is to be provided for participation in tender and to award the contract.
c. The applicable TDS as per the central GST (CGST) Act will be deducted as and when
notified by the Government.
d. The rate to be quoted should be exclusive of GST component and payment will be made
against “Tax Invoice” as prescribed under the GST Act / Rules.
e. The supplier/contractor is required to remit GST as per the “Tax Invoice” and file the
details in GSTR on or before10th of the subsequent month to enable VPA to claim input
tax credit otherwise the said tax invoice will be kept pending for payment.
f. The rate quoted shall be exclusive of GST and GST as applicable shall be extra.
g. The supplier / contractor shall have to provide HSN code / SAC code and the
responsibility of applying the correct rate of Tax in GST regime shall be on the supplier /
contractor. The supplier / contractors is not entitled for any other taxes / cesses which
are subsumed in GST except for applicable GST mentioned in the Tax Invoice.
h. The Central excise duty, VAT and TDS on works contracts, Service tax, Octroi, Entry tax
etc. which are subsumed in GST are no more applicable in the present GST.
i. Supplier / Contractor is to submit Tax Invoice (for taxable supplies) as per the governing
provisions of GST law and all the particulars which are mandatorily required to be
mentioned in Tax invoice etc. shall have to be necessarily mentioned in such Tax
Invoice. The amount of GST claimed in the Tax Invoice shall be final and any future
claim by the supplier / contractor shall not be entertained by VPA under any
circumstances.
j. In case of further change in the tax structure till the date of completion of work or in case
any error is noticed in the calculation of amount payable / recoverable the same shall be
paid by VPA or else recovered from the bills or security deposits or any other amounts
payable to the supplier / contractor.
k. In case the value charged / tax charged in the tax invoice is found to be less than the
taxable value or tax payable in respect of such supply, the same shall not be entertained
by VPA unless the supplier / contractor who has supplied such goods or services or
both, shall issue to the VPA a debit note / supplementary invoice containing such
particulars as may be prescribed.
l. The supplier of goods / services / composite supplies / works contractor has to
mandatorily remit the GST collected from VPA to the Government. In case of any non-
payment of GST by such supplier of goods / services / composite supplies / works
contractor which has the adverse effect on the input tax credit availed by VPA if any,
such amount together with interest shall be recovered from the bills / tax invoices / any
other amounts payable to the supplier / contractor.
m. VPA is liable to deduct TDS if applicable as per the provisions of Section 51 of CGST
Act from the date notified by VPA at the applicable rates.
n. The components viz. Labour cess, TDS as per Income tax Act 2017, Seignorage fee etc.
viz. taxes / cesses which are not subsumed in GST shall be applicable as it is and there
is no change in such recovery procedure and the same has to be continued.
o. In terms of clear provisions under Section 171 (1) of CGST Act, the supplier / contractor
shall have to pass on the benefit in the form of reduction in prices in case there is any
reduction in rate of tax on any supply of goods or services or the benefit of input tax
credit. Accordingly, the contractor has to submit a Declaration (Declaration No.2)
attached herewith.
52. If the contractor fails to execute the work as per the specifications of Schedule “B” and
conditions of contract, the performance of the contractor will be evaluated basing on the
scoring system and the contractor will be down graded to immediately lower category of
registration as under;
i. If the penalty score marks between 26 to 50 - The down grade period will be 1 year.
ii. If the penalty score marks between 51 to 75 – The down grade period will be 2 years.
iii. If the penalty score marks more than 75 - The down grade period will be 3 years.

i) Each contract shall be given a score in accordance with the following table:

Item Score Score for Penalty / Bonus


1) Sampling, inspection 20 -2 marks for failure of each 1% of the total number of
and testing of materials tests ordered and done.

2) Workmanship 20 -2 marks for each rejection of work aggregating to


1% of the contract price; if the substandard work is
accepted after reduction of rates for each rejection
aggregating to 1% of the contract price.

3) Site Supervision 20 -1 mark for each occasion when work was carried out
without a competent supervisor.
Note: Competent supervisor is a supervisor competent to guide and inspect the work of the
particular trade being carried out.
4) Timely completion 20 -4 marks for each unit of delay in excess of 5% of
(incl. Monsoon) contract period.

+4 marks for each unit of early completion by 5% of


contract period.

Note: In order to discourage misuse of this clause, the tender of a tenderer which quotes a
completion period larger than stipulated will be loaded as per ADB guidelines. The
amount of loading = liquidated damages for the period in excess of that Stipulated in
the tender.
5) Complying with other 20 -2 marks for each delay
conditions of
Contract provisions -4 marks for each non-compliance.
as regards facilities
required for inspection,
testing, etc.
6) Defect liability (i) -5 marks if maintenance is required
During defect liability period.
(ii) –10 marks for delay in rectifying defect
(iii) –20 marks for failure to attend to
Maintenance pointed out.
ii) The score should be given by the concerned Executive Engineer and checked by the
concerned S.E / Dy. C.E.
iii) The above score shall be treated as confidential.
iv) The scoring for item (1) to (5) to be completed and confirmed within 15 days of
completion of the work.
v) Cases where the contractor’s score for items 1 to 5 is less than 75 to be reviewed and
confirmed by CE / Dy.C.E / S.E and on official warning to be issued to the contractor.
vi) Incidents justifying negative marking must be properly recorded immediately and
investigated and confirmed by the Executive Engineer within 24 hours and the
contractor’s explanation shall also be recorded and filed.
vii) The service certificate will be issued to the contractor for the performance of the work
based on the following score.
a) 80 and above - - - - - - - Good.
b) 60 to 80 - - - - - - - - - - - Satisfactory.
c) Below 60 - - - - - - - - - - Poor.

The weightages and factors will be reviewed.

53. SHORT LISTING CRETERIA OF TENDERERS


A. Experience: The tenderer has to submit proof of experience in executing similar nature
of works including period of delay if any, experience in having successfully completed
similar works during last 7 years ending last day of month previous to the one in which
applications are invited should be 3(three) similar completed works each costing not less
than 40% of the estimated amount put to tender (or) 2(two) similar completed works
each costing not less than 50% of the amount put to tender or 1 (One) similar completed
work not less than 80% of the amount put to tender.
If the delay attributable to the contractor in execution of any completed work is more
than 25% of contract period they will not be shortlisted and price bids will not be opened.
NOTE: Similar nature of works means: Mechanized cleaning of airport/ Cruise terminals, non-
residential corporate office buildings / Cyber city, MNC Buildings, shopping malls / complex,
Five Star Hotels/ Corporate Hospitals/ metro rail premises.
If the bidder has an ongoing contract the completed portion of work should meet the
eligibility criteria listed at above. Completion/performance certificate to this effect from
the client should be furnished along with the offer.
B. Turnover: The tenderer has to submit details of average annual turnover not less than
30% of amount put to tender during the last 3 years ending 31st March of the previous
financial year issued by any Charted Accountant, other wise their tender will not be
opened.
C. Solvency: The tenderer has to submit solvency certificate issued from Nationalised Bank
/ Scheduled Bank to the extent of Rs.50.00 lakhs obtained within one year which is valid
on the date of submission of tender, otherwise their tender will not be opened.
D. Registration: Proof of registration, as a registered contractor with Govt. / PSU or with
Visakhapatnam Port Authority or their organisation is not to be treated as eligibility
criteria.
E. The tenderers will be short listed based on the information regarding qualification criteria
such as experience in executing similar nature of works, Turnover, Solvency, plant and
machinery to be deployed on the work. Engineer/ Supervisors / Safety Engineer to be
engaged on the work etc., submitted by the tenderers along with their tender.
Accordingly, price bids of the tenderers those are short listed by Tender Committee will
be opened.

54. Conditions regarding safety requirements:


a. The Visakhapatnam Port Authority has Quality Management System (ISO 9001-2015),
Environmental Management system (ISO 14001:2015) and Occupational Health and
Safety Management System (ISO 18001: 2018) for their activities. One copy of
consolidated policy is enclosed herewith. The contractor shall comply with all the
requirements of ISO 9001:2015, ISO 14001:2015 and ISO 18001: 2018 standard.
b. The contractor shall while carrying out the above work, abide by safety tasks, rules,
regulations and procedures established by Visakhapatnam Port Authority as prescribed
in the manuals, HIRA format, work instructions, operational control procedures. Copies
of the same will be made available to the contractor up – on request for reference.
c. The contractor shall abide by all Safety Standards and codes attributable to the material
and goods to be delivered to site.
d. The contractor shall participate in safety awareness meetings held at site adhere to the
instructions issued and shall also adhere to the safety programmes established by
V.P.A.
e. The contractor shall be responsible for health / safety of their personnel including
workers during their work at site and correct any deficiencies in the above matters.
f. The contractor shall investigate and report in writing to Engineer-in-Charge about
accidents if any taking place at site of work including near misses cases and based on
reviews take remedial measures and implement the corrective action to ensure safe
working conditions at site of work.
g. The contractor shall arrange to provide First – Aid facility at site for immediate treatment.
h. The contractor shall submit daily labour report including supervisors etc., with clearly
specifying the names and their age to the VPA's Engineer or his authorized
representative at site. Also record of labour working beyond working hours shall be
maintained and submitted to the V.P.A. Engineer or his authorized representative at site.
i. The contractor shall submit the risk assessment on HIRA Format prior to the Execution
of each activity.
55. The labour services shall be utilised at elsewhere during emergency or as & when needed
as per the discretions of the Engineer-in-charge. The contractor has to mobilize work men
accordingly without any extra cost involvement to the department.
56. The contractor/firm has to provide required tools & plants including safety appliances to his
workmen during working period with no additional cost to the department.
57. There shall be adequate accident insurance/ group insurance coverage for all the workers
and a copy of such Insurance shall be provided to VPA for records.
58. The contractor shall comply with the provisions of all the Acts, Laws, any Regulation or Bye-
Laws of any
59. Local or other Statutory Authority applicable in relation to the execution of the subject
works, such as but not limited to:
(i)
Payment of Wages Act, 1936 (Amended),
(ii)
Minimum Wages Act, 1948 (Amended),
(iii)
The Contractor Labour (Regulation & Abolition) Act, 1970 with Rules
framed there under as amended,
(iv) Workmen Compensation Act,1923 as amended by Amendment Act No.65 of
1976,
(v) The Personal Injuries (Compensation Insurance) Act, 1963 and any
modifications thereof and rules made there under from time to time. The
contractor shall take into account all the above said financial liabilities in
his quoted rates and nothing extra, whatsoever, shall be payable to him
on this account,
(vi) Motor Vehicle Act, 1988 & Motor Vehicle Rules –1989 as amended up to
2007,
(vii) Electricity Act, 2010 with upto date amendments from time-to-time.
60. Legal Requirements/Acts
The contractor should comply with the following legal requirements/ Acts (wherever applicable)

i. The Environment (Protection) Act & Rules 1986 as amended up to 2009.


ii. The Hazardous Waste (Management & Handling) Rules 1989 as amended up to
2003.
iii. Manufacture, storage and import of Hazardous Chemicals Rules 1989 as
mentioned up to 2000.
iv. The Noise Pollution Regulations & Control Rules 2000 as amended up to 2010.
v. The Batteries (Management and Handling) Rules 2001.
vi. Factories Act – 1948 & Factory Rules as amended up to 2005.
vii. Motor Vehicle Act1988 and Motor Vehicle Rules 1989 as amended up to 2007.
viii. The Petroleum Act 1934 and the Petroleum Rules 2002.
ix. The Gas Cylinder Rules 2004.
x. The Visakhapatnam Municipal Corporation Act-1979 as amended upto 2006
(forming as Greater Visakha).
xi. Fire Protection Facilities for Port Oil Terminals OISD (Oil industry Safety
Directorate) guidelines 1992.
xii. VPA (Transport, Handling& Storage of dangerous goods) Regulations 1992 as
amended up to 1999).
xiii. The Water (Prevention & Control of Pollution) Act 1984 & Rules1975 as
amended up to 1989.
xiv. The Air (Prevention and Control of Pollution Act 1981) and Rules 1982 as
amended up to 1988.
xv. Railway Regulations
a. Indian Railway Track Design & Manufacture.
b. South Indian Railway Accident manual 1991.
xvi. The Radiation Protection Rules 1971 as mentioned upto 2004.
xvii. Explosives Act- 1884 as amended up to 1993.
xviii. Electricity Act 2003 with the rules.
xix. Solar Regulations 1974 as amended up to 2010.
xx. Marpol Regulations 73/78 with the Annexure (I, II, III, V & VI) as amended up to
2010.

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

SAFETY, HEALTH, ENVIRONMENT & QUALITY POLICY

Port of Visakhapatnam is committed to provide prompt, efficient and safe services to ensure
quick turn round of sea, rail and road borne cargo by:

 Implementing and continually improving the performance of Quality management


systems, Environment and Occupational Health & Safety by eliminating hazards and
reducing OH&S risks.
 Complying with the applicable statutory and regulatory requirements.
 Preventing – injury, occupational ill health and pollution.
 Setting Quality, Environmental and OH&S objectivities.
 Addressing risk and opportunities.
 Enhancing customer satisfaction.
 Ensuring the promotion of awareness among the workers and the interested parties on
Quality, Environment, Occupational health and safety through consultation and
participation.

Make available this policy to the public, all persons working under the control of the organization
and the interest parties.

CHAIRMAN
Visakhapatnam
Date: 26.10.2020

SECURITY POLICY

(I.S.P.S. CODE)

Visakhapatnam Port Authority is committed to provide a safe and secure working environment
to all its employees, Port users, ships and the personnel. This will be achieved in the Port by
establishing and maintaining the required security measures to prevent unlawful acts against
personnel, cargo and marine assets.

CHAIRMAN
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).
UNDERTAKING

I am aware of the General Directions and conditions of contract works on item rate tender and
additional conditions including amendments issued from time to time of the Civil Engineering
Department, Visakhapatnam Port Authority. I will abide by them whenever works are entrusted
to me and will sign them at the time of agreement without questioning. Also, I will not claim
anything extra for the reason that they are not supplied along with tender papers.

SIGNATURE OF THE CONTRACTOR

NAME:

ADDRESS:

VISAKHAPATNAM

DT.

CONTRACTOR
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

WEEKLY PROGRESS REPORT

NAME OF THE DIVISION: _________________________

WEEK UNDER REVIEW : FROM___________ TO___________

1. Name of the Work :

2. Work Order No. & Date :

3. Name of the Contractor(s) :

4. Scheduled period of comple-

tion ( in weeks ) :

5. Number of weeks completed :

as on date

6. Proportionate percentage :

of progress as on date

a) Expected
b) Actual

7. In case of delay during the :

work under review reasons

8. Cumulative delay as on date :

9. Steps taken to expedite :

SIGNATURE:
NAMEOFTHE CONTRACTOR(S)
(WITH STAMP)

CONTRACTOR CHIEF ENGINEER


VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

DECLARATION No. 1

The conditions contained in the NIT were perused and it was understood that is the condition
relating to GST is concerned it was mentioned as follows:

“According to GST ACT every dealer is liable to be registered whose aggregate turn over
exceeds Rs.20 lakhs for supply of goods/services/executing any work contract accordingly
GSTIN is to be provided for participation in tender and to award the contract”.

I the authorized signatory of the bidder do, hereby declare and confirm that I have read and
understood the NIT conditions as such I am conscious about the consequences and implication
of GST on the subject work. I further declare that I am well aware of the guidelines being issued
by the Govt. of India regarding GST from time to time and also the applicability of the rates and
the likely variation of the same in future either upwards or downwards under the GST regime in
respect of the works in VPA. I am also aware that I am bound by the policy of the Govt in this
regard.

I therefore hereby undertake and declare that I shall be liable to pay any amounts payable
towards GST unconditionally without any demur and in this regard I hereby authorize VPA to
recover or deduct such sum of GST from the amounts as per rules payable to Me/Our firm. I
declare that the authorization hereby given is irrevocable and shall be binding on me as well as
my successors, agents or person claiming any amount on my behalf.

SIGNATURE OF THE CONTRACTOR/ FIRMS

NAME

ADDRESS

St: Visakhapatnam

Dt:
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT

Name of the work: Maintenance of Visakhapatnam International Cruise Terminal


of Visakhapatnam Port for a period of two years (2025 & 2026).

DECLARATION No.2

Table 1: Anti- Profiteering

Section 171(1) CGST Act 2017:


Any reduction in rate of tax on any supply of goods or services or the benefit of input tax credit
shall be passed on to the recipient (VPA) by way of commensurate reduction in prices.
Sr. No. Item description Discount on account of Remarks whether owing to
anti- profiteering clause. reduction in tax rates or owing to
accrual of additional input tax
credits

Table 2: GST Detail

Sr. Item HSN / Erstwhile Tax Applicable Applicable GST%


No description SAC Rates(Excise Duty, GSTIGST
. code Service Tax, (CGST+SG
(as VAT/CST) including ST) UTGST
applica entry tax and any
ble) other tax subsumed
in GST

Availing of Input tax credit ___________________________________

Vendor (Supplier of goods/service provider) to note and ensure timely receipt of goods and tax
invoices in VPA as per GST Law.

Benefit on account of Input Tax Credit (ITC) shall be passed on to VPA


(Yes/No)_______________________

Signature of Authorized signatory:

Name of supplier / service provider seal:


ANNEXURE – I

NAME OF THE COMPANY / FIRM

Experience : Works completed.

Please fill information about the works completed over the past seven years.

Sl. Name of the Name of the Contract price Target date of Actual date of
No. Organization work and its and Date of completion completion
location award

CONTRACTOR
ANNEXURE – II

NAME OF THE COMPANY / FIRM

Experience : Works on hand.

Sl. Name of the Location and Value of Value Percentage Scheduled


No. Organization description of Contract completed of practical date of
work and completion completion
certified of work

CONTRACTOR
ANNEXURE – III

NAME OF THE COMPANY / FIRM

SOURCES: Plant and Machinery

-------------------------------------------------------------------------------------------------------------------------------

Please indicate the main plant and equipment considered by the Contractor / Firm to be
necessary for undertaking the work and whether this plant is ready in their ownership or will be
purchased or hired.

Not Applicable

-------------------------------------------------------------------------------------------------------------------------------

CONTRACTOR
ANNEXURE – I V

NAME OF THE COMPANY / FIRM

RESOURCES: List of Engineers / Supervisors proposed to be engaged on the work.

Sl. Name & Designation Qualification Experience in relevant filed.


No.

CONTRACTOR
ANNEXURE-VI

Local content Declaration & Self Certification as per the Government of India Order towards
Public Procurement (preference to Make in India) vide Letter No. P-45021/2/2017-PP(BE-II),
(revised) Dated.16.9.2020)

(TO BE PROVIDED ON BIDDERS COMPANY/FIRM LETTER HEAD)

I, (Name of the Person(s), S/o. at (Address), working as (Designation and


name of the firm / Company / partnership/ Joint venture), and I have been authorized to sign
the Declaration / Self-Certification on behalf of firm / Company /partnership/ Joint venture do
hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government towards
Public Procurement (preference to Make in India) vide Letter No. P-45021/2/2017-PP(BE-II)
(revised) Dated. l6.9.2020.

That the information furnished hereinafter is correct to be of my knowledge and belief and I
undertake to produce relevant records before the procuring entity or any authority so
nominated for the purpose of assessing the Local Content.

That the local content for all inputs which constitute the said equipment has been verified by
me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value addition norms based on the assessment of an
authority so nominated for the purpose of assessing the Local Content, action will be taken
against me as per the notification P-45021/2/2017-PP (BE-II), (revised) Dated.16.9.2020.

I agree to maintain the following information in the company's record for a period of 8 years and
shall make this available for verification to my statutory authority.

The Details of the location(s) at which the local value addition is made

a. Name and details of the Domestic manufacture


b. Date on which this certificate is issued
c. iii Product for which the certificate is produced
d. Percentage of local content.

Signed by me at on

Authorized signatory (Name of the Firm entity)


Annexure-VII

Format of Certificate for Tenders for Goods/Services/Works under Rule 144 (xi) in the
General Financial Rules(GFRs), 2017

To
(Name and address of Tender Inviting Authority)

DECLARATION BY AUTHORISED SIGNATORY OF THE FIRM


Dear Sir.

Ref: Your Tender No. dated

I/We the undersigned, (full name), do hereby declare, in mycapacity as of M/s.


(name of bidder entity), that:

1. I have read the Orders (Public Procurement No. 1,2 &3) dt 23rd July 2020 & 24th July 2020
on the subject of Restrictions under Rule 144 (xi) of the General Financial Rule (GFRs),
2017 regarding restrictions on procurement from a bidder of a country which shares a land
border with India.
2. I/we certify that M/s. (name of bidder entity)
a. is not from such a country, I hereby certify that this bidder fulfills all requirements in this
regard and is eligible to be considered. OR,
b. is from such a country ( strike out whichever is not applicable), and has been registered
with the Competent Authority. I hereby certify that this bidder fulfills all requirements in
this regard and is eligible to be considered. [Where applicable, evidence of valid
registration by the Competent Authority is attached)
3. I / We the Bidder agree and undertake that if the contract is awarded to us, we will not sub-
contract or outsource any work and / or any part thereof to a contractor from such countries,
unless such contractor is registered with the Competent Authority and proof of same is
obtained. I / we hereby certify that this bidder fulfils all requirements in this regard and is
eligible to be considered and I/ We submit the proof of registration herewith
[Wherever applicable, evidence of valid registration by the Competent Authority shall be
attached]
4. I understand that the submission of incorrect data and / or if certificate / declaration given by
M/s. (name of bidder / entity) found to be false, this would be a ground for
immediate termination and further legal action in accordance with law as per Clause 12 of
Public Order on Restrictions under Rule 144 (xi) of the General Financial Rules
(GFR's),2017.
5. This declaration cum undertaking is executed by us through our Authorized Signatory/ies
after having read and understood the Office Memorandum and Order (Public Procurement
No.l,2,3) dated 23rd and 24th July 2020 of Ministry of Finance, Department of Expenditure,
Public Procurement Division, Government of India including the words defined in the said
order which shall have the same meaning for the purpose of this declaration cum
undertaking.

Executed at on this the day of .


By Authorised Signatory
(Signature and Name)
Seal of the Bidder
Note: Where applicable, evidence of valid registration by competent Authorityshall be attached.
Annexure-VIII
FORMAT FOR PERFORMANCE GUARANTEE BOND

In consideration of the Board of Trustees of the Visakhapatnam Port Authority, a body

corporate duly constituted under the Major Port Authorities Act, 2021 (hereinafter called “the

Visakhapatnam Port Authority Board”) having agreed to accept

from_____________________________________________________________

(Name of the Contractor (s)(s)

(hereinafter called “the said Contractor (s)(s)” under the terms and conditions of a Work Order

No._____________________________________________issued vide letter

No._____________________________dt._______________in respect of the work of

_____________________________________________made between the Chairperson,

Visakhapatnam Port Authority Board and ________________________me of the Contractor

(s)(s) for a value of ___________________________(hereinafter called “the said agreement”) a

Bank Guarantee for 10% of the Contract value for Rs.____________as agreed to by the

contractor (s)(s) for satisfactory performance of the work _____________________________

We, _____________________________________________________________

(Name of the Bank)

do hereby undertake to indemnify and keep indemnified the Board of the extent of

Rs.________________(Rupees______________________________________).

We,______________________________________________________________

(Name of the Bank)

further agree that if a demand is made by the Port for honouring the Bank Guarantee, We,

______________________________ have no right to decline to (Name of the

Bank)

cash the same for any reason whatsoever. The fact that there is a dispute between the said

Contractor (s)(s) and the Port is no ground for us _____________________________ to decline

to honour the Bank Guarantee, “the

(Name of the Bank)

very fact that we_________________________________ decline to honour the

(Name of the Bank)


Bank Guarantee” is a sufficient reason for the Port Authority Board to enforce the Bank

Guarantee un-conditionally without any reference to the said Contractor (s)(s).

We,______________________________________________________________

(Name of the Bank)

further agree that a mere demand by the Port Authority Board is sufficient for us

_______________________________________________________________________

(Name of the Bank)

to pay the amount covered by the Bank Guarantee without reference to the said Contractor

(s)(s) and any protest by the said Contractor (s)(s) cannot be a valid ground for us

________________________________ to decline payment to the Port Authority Board.

(Name of the Bank)

We, _____________________________________________________________

(Name of the Bank)

further agree that the guarantee herein contained shall remain in full force and effect during the

period that would be taken for the performance of the said agreement and that it shall continue

to be enforceable till all the dues of the Visakhapatnam Port Authority Board under or by virtue

of the said agreement have been fully paid and its claim satisfied or discharged or till the

Visakhapatnam Port Authority Board certified that the terms and conditions of the said

agreement have been fully and properly carried out by the said contractor (s)s and accordingly

discharges the guarantee subject however that the Visakhapatnam Port Authority Board shall

have right under this guarantee bond to prefer a claim within the statutory limitation period.

If a notice of demand is served on the Bank by the Port Authority Board as mentioned

above them, not withstanding anything to the Contrary herein contained the liability of the Bank

under this guarantee will continue until terminated by operation of law.

We, ___________________________________________________________

(Name of the Bank)

further agree that the Port Authority Board shall have the fullest liberty without our consent and

without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said contractor (s)s

from time to time or to postpone for any time or from time to time, any of the powers exercised

by the Port Authority Board against the said contractor (s)(s) and to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our

liability by reasons of any such variation or extension being granted to the said Contractor (s) or

for any forbearance act or omission on the part of the Port Authority Board or any indulgence by

the Port Authority Board to the said Contractor (s)(s) or any such matter or thing whatsoever

which under the law relating to sureties would but for this provision have effect of so relieving

us____________________________________________ ________(Name of the Bank)

We, ___________________________________________________________

(Name of the Bank)

lastly undertake not revoke this guarantee during its currency except with the previous consent

of the Visakhapatnam Port Authority in writing.

Notwithstanding anything mentioned herein above, the guarantee is restricted to

Rs.______________(Rupees____________________________________) and shall remain in

force if until__________unless a demand or claim under the guarantee is made on the said

Bank in writing within the statutory limitation period i.e., before date_______________. (This

date is to be computed as three months from the date of expiry of the B.G. period).

Dated_________ day of ______________2022.


GENERAL DIRECTIONS AND CONDITIONS OF CONTRACT
1. All works proposed for execution by the contract will be notified in the form of invitation to
tender posted in Public places and signed by the Chief Engineer, Visakhapatnam Port
Authority. This form will state the work to be carried out, as well as the date for submitting
and opening tenders and the time allowed for carrying out the work also the amount of
earnest money to be deposited with the tender and the amount of the Security Deposit is to
be deposited by the successful tenderer and the percentage if any to be deducted from
bills, copies of the specifications, designs and drawings and any other documents equipped
in connection with the works signed by for the purpose of identification by the Chief
Engineer, Visakhapatnam Port Authority shall also be open for inspection by the Contractor
at the Office of the Chief Engineer, Visakhapatnam Port Authority during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately by each
member, thereof, or in the event of the absence of any matter it must be signed on his
behalf by a person holding a power of attorney authorizing him to do so, such power of
attorney to be produced with the tender and it must disclose that the firm is duly registered
under Indian Partnership Act.
3. Receipts for payments made on account of a work when executed by a firm, must also be
signed by the several partners, except where the contractors are described in their tender
as a firm in which case, the receipts must be signed in the name of the firm by one of the
partners, or by any other person having authority to give effectual receipts for the firm.
4. Any person who submits a Tender shall fill up the usuals, printed form stating at what rate
he is willing to undertake each item of the work. Tenders which propose any alternation in
the work specified in the said term of invitation to tender, on the time allowed for carrying
out the work or which contain any other conditions of any sort will be liable to rejection. No
single tender shall include more than one work, but contractors who wish to tender for two
or more works shall submit separate tender for each. Tenders shall have the name and
number of the work to which the reference written out on the envelope.
5. The Tender Committee constituted for the purpose, will open tenders in the presence of any
intending contractors, who may be present at the time and will enter the amounts of the
several tenders in a comparative statement in a suitable form. In the event of a tender
being accepted, a receipt for the Earnest Money forwarded there with shall thereupon be
given to the Contractor who shall thereupon for the purpose of identification sign copies of
the specification and other documents mentioned in Rule I. In the event of a tender being
rejected, the Earnest Money forwarded with such unaccepted tender shall thereupon be
returned to the Contractor making the same.
6. The Board shall have the right of rejection all or any of the tenders and will not be bound to
accept the lowest tender.
7. The receipt of any accountant of Clerk for any money paid by the Contractor will not be
considered as any acknowledgement of payment to the FA & CAO (Port Authority) and the
Contractor shall be responsible for seeing that the procures a receipt signed by the FA &
CAO (Port Authority) or a duly authorized Cashier.
8. The memorandum of work tendered for the Schedule of materials to be supplied by the Port
Authority Engineering Department and their issue rates shall be filled in and completed in
the Office of the Chief Engineer before the tender form is issued to an Intending tenderer
without having been so filled in and completed he shall request the Office to have this done
before he completes and delivers his tender.
SECURITY DEPOSIT
CLAUSE I:
The person/persons whose tender may be accepted herein after called the Contractor shall (A)
within one day for contract of Rs.1,000/- or less, two days for Rs.2,000/- or less and so on up to
a limit of ten days of the receipt by him of the notification of the acceptance of his tender deposit
with FA & CAO Office (Port Authority) in Cash or Government Securities endorsed to the
Financial Adviser & Chief Accounts Officer, VPA (if deposited for more than 60 months) a sum
sufficient within amount of the Earnest Money deposited by him with his tender to make up the
full security deposit specified in the Tender/ or (B) permit Board at the time of making any
payment to him for work done under contract to deduct sum as we will (with the earnest money
deposited by him) amount to this will be the same percentage as that in the tender at (C)
percent of all monies to so payable, such deductions to be held by Board by way of Security
Deposit provided always that in the event of the Contractor a lumpsum by way of Security
Deposit as contemplated at (A) above then and such case, if the sum so deposited shall not
amount to percent of the total estimated cost of the work if shall be lawful for Board at the time
of making any payment to the Contractor for work, done under the contract to make up the full
percentage of by deducting a sufficient sum of every such payment at last aforesaid. All
compensation or other such of money payable by the Contractor to the Board under the terms
of his contract may be deducted from or paid by the sale of sufficient part of his security deposit
or from the interest arising there from or from any account whatsoever and in the event of his
security deposit being reduced by reason of any such deduction or sale as aforesaid, the
Contractor shall within the days thereafter make good, in case of Government Securities as
aforesaid any sum or sums which may have been deducted from or raised by sale of his
security deposit or any part thereof.

CLAUSE 2(A)
The time allowed for carrying out the work as entered in the tender shall be strictly observed by
the Contractor and shall be reckoned from the date on which the order to commence work is
given to the Contractor. The work shall throughout the stipulated period of the contract be
proceeded with all due diligence (time being deemed to be of the essence of the contract on the
part of the Contractor) and the Contractor shall pay a compensation, an amount equivalent to
½% (half percent) per every week of delay subject to a maximum of 10% on the whole contract
value as the competent authority whose decision in writing shall be final may decide on the
contract value on the whole work as shown by the tender that the work remains uncommenced,
or unfinished, after the proper dates and further to ensure good progress during the execution of
the work, the Contractor shall be bound in all cases in which the time allowed for any work
exceeds one month to complete one fourth of the whole of the work before one fourth of the
whole time allowed under the contract has elapsed, one half of the work, before one half of such
time has elapsed and three fourths of the work before three fourth of such time has
elapsed. In the event of the Contractor failing to comply with this condition he shall be liable to
pay as compensation an amount as mentioned above as the competent authority (whose
decision in writing shall be final) may decide on the said contract value of the work for every
week that the due quantity of the work remains in complete.
NOTE: The Competent Authority in this case the authority empowered to sanction the work.
b. In case the Contractor violates any condition in the contract, or the approved specification
and or delivery schedules, the Contractor shall be liable to pay penalty at sum not exceeding
10% of the contract price as decided by the Competent authority.

CLAUSE 3 : ACTION WHEN WHOLE SECURITY DEPOSIT IF FORFEITED.


In any case in which under any clause or clauses of this contract, the Contractor shall have
tendered himself liable to pay compensation amounting to the whole of his security deposit
whether paid in one sum or reduced by instalments or submitted a breach or any of the terms
contained in Clause 19 (b) the Chairman on behalf of the Board shall have power to adopt any
of the following courses he may deem best suited to the interest of Board.
A(i) To rescind the contract to which the recession notice/order intimating the Contractor under
the hand of Chairman or the Authority nominated by Chairman with the approval of
Chairman/VPA shall be conclusive evidence and which case the security deposit to the
Contractor shall stand forfeited and be absolutely at the disposal of the Board.
(B) To employ labour paid by the Port Authority, Engineering Department and to supply
materials to carry out the work of any part of the work, debiting the Contractor with the cost of
the labour and price of the materials of the amount of which cost and price a certificate of the
Engineer-in-charge shall be final and conclusive against the Contractor and crediting him with
the value of the work done, in all respects in the same manner and at the same rates as if it has
been arrived out by the Contractor under the terms of the value of the work done shall be final
and conclusive against the Contractor. Contract for remains liable to pay compensation if any
not taken under clause 3 power to take possession of or require removal of said contractor’s
plant.
(C) To measure up the work of the contractor and to take such part thereof as shall be
unexecuted out of his hands, and to give it to another contractor to complete, in which case any
expenses, which may be incurred in excess of the sum which could has been paid to the
original contractor, if the whole work has been executed by him of the amount of which excess
to certificate in writing of the Engineer-in-Charge shall be final and conclusive shall be borne
and paid by the original contractor and may be deducted from any money due to him by Board
under the contract or otherwise or from his security deposit or the proceeds of sale thereof a
sufficient part thereof.
(D) In the event of any of the above courses being adopted by the Board, the Contractor shall
have no claim to compensation for the any loss sustained by him any reason of his having
purchase or procured any materials or entered into any engagement made any advances on
account of, or with a view of the executing of the work or the performance of the contract and in
the contractor shall be rescinded under the provision aforesaid the Contractor shall not be
entitled to recover or be paid a sum for any work thereto for actually performed under his
contract unless and until the Chief Engineer, Visakhapatnam Port Authority will have certified in
writing the performance, of such and the value payable in respect thereof and he shall only
entitled to be paid by the value so certified.

Clause 4:
In any case in which any of the powers, conversed upon the Board by Clause 3 thereof shall
have become exercisable and the same shall not be exercised, the non-exercise thereof shall
not constitute a waiver if any of the conditions hereof and such powers shall at withstanding the
exercisable in the event of any future case or default by the Contractor for which by any clause
or clauses hereof he is declared liable to pay compensation amounting to the whole of his
security deposit and the liability of the Contractor for past and future compensation shall remain
unaffected. In the event of Board putting in force either of the power(s) or (c) vested in him,
under proceeding clause he may, if he so desired take possession of all or any tools, plant,
materials and stores in or upon the works, or the site thereof or belonging to the Contractor, or
procured by him and intended to be used for the execution of the work or any part thereof,
paying or in case of these not being applicable at current market rates to be certified by the
Engineer-in-Charge whose certificate thereof shall be final otherwise the Engineer-in-Charge
may be noticed in writing to the Contractor or his clerk of the work Foreman or other authorized
Agent required him to remove such tools, plant, materials or stores from the premises (within a
time to be specified in such notice) and in the event of the Contractor failing comply with any
such requisition the Engineer-in-Charge any removal them at the contractor’s expenses or sell
them by auction or private sale on account of the Contractor and at his risk in all respects and
the certificate of the Engineer-in-Charge as the expense of any such removal and the amount of
the proceeds and expenses of any such sale shall be final and conclusive against the
Contractor.

CLAUSE 5: EXTENSION OF TIME


If the Contractor shall desires and extension of time completion of the work on the grounds of
his having been unavoidably hindered in the execution or any other grounds he shall apply in
writing to the Competent Authority within 30 days of the date of hindrance on account of which
he desires such extension as aforesaid and the Competent Authority shall if in his opinion which
shall be final reasonable grounds be shown therefore, authorize extension of time, if any as they
in this opinion or be necessary or proper.

CLAUSE 6:
On completion of the work, the Contractor shall be furnished with a certificate by the Engineer-
in-Charge of such completion but no such certificate shall be given nor shall the work be
considered to be completed until the Contractor shall have removed from the premises on which
the work shall be executed all scaffolding surplus materials and rubbish and cleared off the dirt
from all wood work, doors, windows, walls, floors or other parts of any building in upon or about
which the work is to be executed or of which he may have had possession for the purpose of
the execution thereof not until the work shall been measured by the Engineer-in-Charge whose
measurements shall be binding and conclusive against the Contractor. If the Contractor shall fail
to comply with the requirements of this Clause and the removal of scaffolding, surplus materials
and rubbish and clearing off dirt on or before the date fixed for the completion of the work the
Engineer-in-Charge may at the expenses of the Contractor remove such scaffolding, surplus
materials and rubbish and dispose off the same as he thinks fit clean off such dirt as aforesaid
and the Contractor shall forthwith pay the amount of all expenses as incurred and shall have no
claim in respect or any such scaffolding or surplus materials as aforesaid except for any such
mutually realized by the sale thereof.

CLAUSE 7: SHALL HAVE PAYMENT ON INTERMEDIATE CERTIFICATE REGARDING AS


ADVANCES.
No payment shall be made for works estimated to cost less than Rupees one thousand till after
the whole of the work been completed and a certificate of completion given. But, in the case of
works estimated to more than Rupees one thousand the Contractor shall on submitting the bill
therefore he entitled to receive monthly payment proportionate to the part thereof than approved
and passed by the Engineer-in-Charge, those certificate of such approval and passing of the
sum so, payable shall be final and conclusive against the Contractor. But a such a intermediate
payments shall be regarded as payment by way of advance against for work actually done and
completed and shall not preclude the requiring of bad, unsound and imperfect or unskillful work
to be removed and taken away and reconstructed or re-erected or be considered as an
admission of the due performance of the contract or any part thereof in any respect, or the
accruing of by claim nor shall it conclude, determine, or affect in any way the powers of the
Engineer-in-Charge under those conditions or any of them as to the final set-wise or in any
other way vary or effect the contract. The final bill shall be submitted by the Contractor, within
one month of the date fixed for completion of the work otherwise the Engineer-in-Charge’s
certificate of the measurement and of the total amount payable for the work accordingly shall be
final and binding on all parties.

CLAUSE 8: BILLS TO BE SUBMITTED


A bill shall be submitted by the Contractor each month on or before the date fixed by the
Engineer-in-Charge for all works executed in the previous month and the Engineer-in-Charge
shall take or cause to be taken the requisite measurement for the purpose of having the verified
and the claim, as far as admissible adjusted, if possible within the expiry of ten days from the
presentation of the bill. If the Contractor does not submit the bill within the time fixed as
aforesaid, the Engineer-in-Charge may depute a subordinate to measure-up the said work in the
presence of the Contractor whose counter signature to the measurement list will be sufficient
warrant and the Engineer-in-Charge may prepare bill from such list which shall be binding on
the Contractor in all respects.

CLAUSE 9: BILLS TO BE PRINTED FORMS


The Contractor shall submit bills on the printed forms to be had on application at the Office of
the Engineer-in-Charge and the charges in the bills shall always be entered at the rates
specified in the tender of in the case of any extra work ordered in pursuance of these conditions,
and not mentioned or provided not in the tender at the rate hereinafter provided for such work.

CLAUSE 9(A): PAYMENT TO CONTRACTORS THROUGH BANKS


Payments due to the Contractor may, if so desired by him, be made to his Bank instead of direct
to him provided that the Contractor furnished to the Engineer-in-Charge (a) an authorization in
the form of a legally valid document each as power of attorney conferring authority on the Bank
to receive payment and (b) his own acceptance of the correctness of the account made, but as
being due to him by Board or his signature on the bill of other claim preferred against Board
before settlement of other claim preferred against Board before settlement by the Engineer-in-
Charge of the account or claim by payment to the receipt given by the such bank shall constitute
a full and sufficient discharge for the payments, the Contractor should wherever possible
present his bills duly.
Nothing herein contained shall operate to create in favour of the Bank any rights of required
vice-versa the Board of Trustees of Visakhapatnam Port Authority.

CLAUSE 10:
If the specification or estimate of the work provides for the use of any special description of
materials to be supplied the Engineer-in-Charge store, or if it is required that the Contractor
shall use certain stores to be provided by the Engineer-in-Charge (such materials and stores
and the prices to be charged there, therefore, the convenience of the Contractor but not so as in
any way to control and meaning or defect to this contract, specified in the schedule of
memorandum hereto annexured), the Contractor shall be supplied with such materials and
stores as required from time to time to be issued by him for the purpose of the contract only and
the value the full quantity of materials and stores supplied at the rates specified in the said
schedule or Memorandum may be set off or deducted from any such than due or thereafter to
become due to the Contractor under the contract, or otherwise or against from the security
deposit or the proceeds of the said thereof, if the same is held in Government
Securities, the same or a sufficient portion thereof being in this case sold for the purpose. All
materials supplied to the Contractors shall remain the absolute property of Board, and shall not
on any account be removed from the site of work, and shall at all names be open to inspection
by the Engineer-in-Charge. Any such materials unused and in perfectly good condition at the
same of the completion or determination of the contract shall be returned to the Engineer-in-
Charge’s stores, if it by a notice in writing under his hand he shall be so require but the
Contractor shall not be entitled to return any such materials unless with such consent and shall
have no claim for compensation on account of any such materials so supplied to him as
aforesaid being unused by him or for any wastage in or damage to any such materials.
CLAUSE 11: WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATION
DRAWINGS ETC.
The Contractor shall execute the whole and every part of the work in the most substantial and
workmen like manner and both as regards materials and otherwise in every respect in strict
accordance with the specifications. The Contractor shall also conform exactly, fully and
faithfully, to the designs, conform drawings and instructions in writing relating to the work side
by the Engineer-in-Charge and lodged in his office and to which the Contractor shall be entitled
to have access at such office.
Office or in the site of the work for the purpose of inspection during office hours and the
Contractor shall if he so requires, be entitled at his own expense to make or cause to be made
copies of the specifications and of all such designs, drawings and instructions as aforesaid.

CLAUSE 12: ALTERATIONS IN SPECIFICATIONS AND DESIGNS:


1. RATES FOR WORKS NOT IN THE SCHEDULE
The Engineer-in-Charge shall have power to make any alteration in omissions, from additions
to, or substitutions for the original specifications, drawings, designs and instructions, that may
appear to him to be necessary or advisable during the progress of the work and the Contractor
shall be bound to carryout the work in accordance with any instructions which may be given to
him in writing signed by the Engineer-in-Charge and such alterations, omissions, additions or
substitutions shall not invalidate the contract and any altered, additional or substituted work
which the Contractor may be directed to do in the manner above specified as part of the work
shall be carried out by the Contractor on the same conditions in all respects on which he agreed
to do the main work. The time for completion for the work shall be extended in the proportion
that the altered, additional or substituted work bears to the original contract work and the
certificate of the Engineer-in-Charge shall be conclusive as to such proportion.

2. PAYMENT FOR VARIATIONS:


Variation permitted shall not exceed 25% in quantity of each individual item and +10% of the
total contract price.
For items not existing in the Bill of Quantities or substitution to items in the Bill of Quantities, rate
payable should be determined by methods given below and, in the order, given below:
i. Rates and prices in Contract if applicable plus escalation as per contract.
ii. Rates and prices in the current Schedule of Rates plus ruling percentage.
iii. Market rates of materials and labour, hire charges of plant and machinery used plus 15%
for overheads and profits of contractor.
For items in the Bill of Quantities but where quantities have increased beyond the variation
limits, the rate payable for quantity in excess of the quantity in the Bill of Quantity plus the
permissible variation should be:
i. Rates and prices in contract plus escalation, failing which (ii) or (iii) below will apply
ii. Rates and prices in the current VPA schedule of Rates plus ruling percentage, in respect
of items covered in VPA schedule of Rates.
iii. Market rates of material and labour, hire charges of plant and machinery used plus 15%
for overheads and profits of contractor for items not covered in VPA schedule of Rates.
For such extra work beyond permitted variation, within 14 days of the date of instruction for
executing varied work, and before the commencement of such work, notice shall be given either
(a) by the contractor to the Employer of his intention to claim extra payment or a varied rate or
price, or (b) by the Employer to the contractor of his intention to vary rate or price.
If there is delay in the Employer and the contractor coming to an agreement on the rate of an
extra item, rates as proposed by the Employer shall be payable provisionally till such time as the
rates are finally determined or till date mutually agreed.
If the Nodal Officer or his nominee decides that the urgency of varying the work prevent a
quotation being given and considers not delaying the work, no quotation shall be given and the
variation shall be treated as a Compensation Event.
All increases beyond contract provision shall be taken to the notice of the Chief Engineer before
execution of the same.

Clause –13 No compensation for alteration or restriction of work to be carried out


If at any time after the commencement of the work the board shall for any reason what–so-ever,
not required the whole there of as specified in the tender to be carried out the Engineer-in–
charge shall given notice in writing of the fact to the contractor who shall have no claim to any
payment or compensation whatsoever on account of any profit or advantage which might have
derived from the execution of the work in full, but which he did not derive in consequence of
the full month of the work not having been carried out neither shall be have any claim for
compensation by reason of any alternations have been made in the original specifications,
drawings designs, and instructions which shall involve any curtailment of the work as originally
contemplated.

Clause-14:
It shall appear to the Engineer-in-charge or his subordinate in-charge of the work, that any work
has been executed with unsound imperfect or unskillful workmanship or with materials if any,
inferior description or that any materials of articles provided by him for the execution of the work
are unsound or of a quality inferior to that contract, the contractor shall on demand, in writing
from the Engineer-in-Charge specifying the work materials, or articles complained of
notwithstanding that the same may have been inadvertently passed, certified and paid for,
forthwith rectify or remove the materials or articles as specified and provided other proper and
suitable materials or articles at his own proper change and cost, and in the event of his failing to
do so when a period to be specified by the Engineer-in-Charge his demand aforesaid then the
contractor shall be liable to pay compensation at the rate of 1% on the amount of estimate for
every day to exceeding 10 days, while his failure that Engineer-in-charge may rectify with
others, the materials articles complained of as the case may be at the risk or expense in all
respects of the contractor.

Clause-15: Works be open to inspection contractor or responsible agent to be present


All works under or in course of execution of executed in pursuance of the contract shall at all
times be open to the inspection and supervision of the Engineer-in- Charge and his subordinate
and the contractor shall at all times during the usual work hours and at all other times at which
reasonable notice of the intention of the Engineer- in-charge or his subordinate to visit the works
shall have been given to be contractor, either himself be present or receive orders and
instructions or have a responsible agent duly accorded in writing, present for that purpose.
Order given to the contractor’s agent shall be considered to have the same a force as if they
had been given to the contractor himself.

Clause-16: Notice to be given before work is covered up


The contractor shall give not less than 15 days’ notice in writing to the Engineer-in-charge or his
subordinate-in-charge of the work before covering up or otherwise placing beyond the reach of
measurement any work on order that the same may be measured and correct dimension thereof
be taken before the same so covered up to or placed beyond the each of measurement without
such notice having been given or consent obtained, the same shall be uncovered at the
contractor’s expense or in default there of no payment or allowance shall be made for such work
or the materials with which the same was executed.
Clause-17: Maintenance Period as per MEMORANDUM (GENERAL DESCRIPTION)
Contractor liable for damage done and for imperfections for 60 months after certificate.
In the contract his work people or servants shall break defense injure or destroy any part of
building, in which they may be working or any building road, road curbs, fence, enclosures,
water pipes, cables, drains, electric or telephone posts or wires, trees, grass or grass land or
cultivated ground continuous to the premises in which the work or any part of it is being
executed or if any damage shall happen to the work while in progress, from any cause whatever
or any imperfections become apparent in it within 60 months. After a certificate final or other of
its completion shall have been given by the Engineer-in-charge as aforesaid, the contractor
shall make the same good at his own expense, or in default, the Engineer-in-charge may cause
the same to be made good by the other workmen and deduct the expense (of which the
certificate of the Engineer-in-charge shall be final) from any sums that may be then, or at a time
there after may become due to the contractor, or from his security deposit or the proceeds of
sale, there of or of a sufficient portion thereof, the security deposit of the contractor shall not be
refunded before the expiry of 60 months after issue of the certificate final or otherwise of
completion of work.

Clause – 18: Contractor to supply plant ladders scaffoldings etc.


The Contractor shall supply at his own cost materials (except such special materials if any, as
many in accordance with the Contract be supplied from the Engineer-in-Charge stores, cordage,
plant, tools appliances implements, ladders, tackle, scaffolding and temporary works requisite or
proper for the proper execution of the work whether original altered or substituted and whether
including in the Specification or other documents forming part of the contract preferred to in
these conditions, or not, on which may be necessary for the purpose satisfying or complying
with the requirements of the Engineer-in-charge as to any matter as to which under these
conditions he is entitled to be satisfied or which he is entitled to require together with carriage
therefore, to and from the work. The contractor shall also supply without charge the requisite
number of persons with the means and materials necessary for the purpose of setting out work,
and counting weighting and assisting in the measurement or examination at any time and from
time to time of the work or materials. Failing his so doing the same may be provided by the
Engineer-in-charge at the purpose of the contractor and the expenses, may be deducted from
any money due to the contractor and the contract or from his security deposit of the proceeds of
same thereof, or of a sufficient portion thereof. The Contractor shall also or vide all necessary
facing and lights required to protect the public from accidents and shall be found to be a the
expenses of defense of every suit, action or other proceedings at law that may be brought by
any person for injury sustained owing to neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit, action or proceedings to any such
persons of which may with the consent of the contractor be paid to compromise any claim by
any said person.
Clause –18 ‘A’:
In every case in which by virtue of the provision of section-12 sub-section (1) of the workmen’s
Compensation Act, 1923 Government is obliged to pay Compensation to workmen employees
by the contractor in execution of the works Board will recover from the contractor the amount of
the Compensation so paid, and without pre judice to the rights of Board under section12, sub-
section-2 of the said Act Board shall be at liberty to recover such amount of the Part there of by
deducting it from the Security deposit or from any time due to or otherwise Board shall not be
bound to contest any claim made against it under section-12, sub-section (1) or the said Act,
except on the written request of the contractor and upon his giving to board full security for
almost for which Board might become liable in consequences of contesting such claim.
Clause –19 :
No female labour shall be employed within the units of contentment.
Clause –19 (1):
The contractor shall provide all facilities as provided under contract labour (Regulation and
Abolition Act) 1970 and other Central / State enactments and shell be responsible for violation
of any of the same.
Clause –19(a):
In respect of all labour directly or indirectly employed in the works for the performance of the
contractor’s part of this agreement the Contractor Labour (Regulation and Abolition) Act, 1970
and (herein after called the said Act) and Central rules made there under by Government of
India and any other Act, Rules and Regulations made by the Central or State Government and
such other rules and regulations made applicable by the Board from time to time in regard to
payment of wage, wage period deductions from wages, recovery of wages not paid and
deduction unauthorisedly made, maintenance of wage registers, wage cards, publication of
scale of wages all terms returns and the maintenance of necessary health and sanitary
arrangements.
(b): The contractor shall obtain the necessary licence for employing the Contract labour for
executing the work, now contracted upon as per the said Act and rules within 15 days from the
date of work order and shall ensure to maintain the same effective throughout the period of this
contract at his own cost. The decision of the Board and or Asst. Labour Commissioner (Central)
Regarding the applicability of the Act is final and binding on the contractor.
(c): The contractor shall in no case, commence the work, unless be obtained and produce the
licence under the Act and the time for completion of work as given in the tender is inclusive of
the time required to obtain produce the said licence.
(d): If the Port is caused to pay reimburse or incur such amount as may be necessary to cause
or to observe for non-observance of the provisions stipulated in Clause-19(a) mentioned above,
on the part of the contractor the Engineer-in-Charge shall have the right to deduct from any
moneys due to the Contractor his security deposit or recover from the Contractor personally any
sum required or estimated to be recovered for making good the loss or damages suffered by the
Board.
(e): It shall be the duty of the Contractor to obtain a licence under the Act for such number of
workmen as may be necessary for the completion of the work within the prescribed time and
any recommendation regarding the number of workmen made by the Engineer-in-Charge shall
not absolve the Contractor from his responsibility in completing the work within the prescribed
time.
(f): The contractor shall also observe the following conditions:
i. No female labour shall be employed within the limits of cantonment
ii. No labour below the age of 12 years shall be employed.
iii. The Contractor shall pay not less than minimum wage to labourers engaged by
him on the work.
EXPLANATION:
“Minimum Wage” means whether for time or piece work notified by the Ministry of Labour
Employment and Rehabilitation (Replacement of labour and Employment). New Delhi as made
applicable for works under this organization and the minimum wage act and where such wages
have not been so notified the wages prescribed by the Central Public Works Department for the
District in which the work is done or such rates as would be notified by the Board from time to
time.
i. The Contractor shall not withstanding the provision of any contract to the contrary, cause to
be paid minimum wage to labourers indirectly engaged on the above work including any
labour engaged by his sub – contractors in connection with the said works as if the
labourers had been immediately employed by him.
ii. Vis-à-vis the Board, the Contractor shall be primarily liable for all payments to be made
under area for the observance of the Act Rules and Regulations aforesaid without prejudice
in his right to claim indemnity from his Sub-contractor.
iii. The Contractor shall at his own expenses provide or arrange for the provision of foot-wear
for any labour doing cement mixing work (The Contractor has undertaken to execute under
this contract) to the satisfaction of the Engineer-in-charge and on his failure to cost thereof
from the Contractor.
iv. The Contractor shall submit by the 4th and 19th of every month to the Engineer-in-charge,
as true statement showing respect of the second half of the proceeding month and first of
the current month respectively (1) the number of labourers employed by him on the work (2)
their working hours, (3) the wages paid to them, (4) the accidents that occurred using the
said fortnight showing the circumstances under by them and (5) the number of female
workers who have been allowed maternity benefit according to Clause-19-C and the
amount paid to them failing which the Contractor shall be liable to pay to the Board, sum
not exceeding Rs.50/- for each default or materially incorrect statement. The decision of the
Executive Engineer shall be final in deducting from any bill due to the Contractor the
amount levied as fine.

Clause – 19 (C):
Maternity benefit rules for female workers employed by Contractors, leave and pay during leave
shall be regulated as follows:
1. LEAVE: i) In case of delivery, maternity leave not exceeding 3 weeks, 4 weeks up to and
including the day of delivery and 4 weeks, following that day.
ii) In case of miscarriage up to 3 weeks from the date of miscarriage.
2. PAY: In case of delivery, leave pay during maternity leave will be at the rate of the Women‘s
average daily earnings calculated on the total wages earned on the days when full time work
was done during a period of 3 months immediately proceedings the date on which gives
notice that the excepts to be confined or at the rate of 75 paise a day whichever is greater.
ii) In case of miscarriage, leave pay at the rate of average daily earnings calculated on the
total wages earned on the days when full time work was done during a period of 3 months
immediately preceding the date of such miscarriage.
3. CONDITIONS FOR THE GRANT OF MATERNITY LEAVE:
No maternity leave benefit shall be admissible to a woman unless she has been employed
for a total period not less than 6 months.
Clause – 20: Work on Sundays work not to be sublet contract may be rescinded and security
deposit for sub-letting bribing of the contractor become insolvent.
Act, Rules and Regulations aforesaid shall be deemed to be apart of this contract and any
breach thereof shall be deemed to be a break of this contract.

Clause – 21:
The Contract shall not be assigned or subject without the written approval of the Engineer-in-
charge, and if the Contractor shall assign or sublet this contract or attempt so to do, or becomes
insolvent or commence any insolvency proceedings or make any composite or with this
creditors or attempt so to do or it any bribe, gratuity, gift lead perquisite reward for advantage,
precautionary and otherwise shall either directly or indirectly be given promised or offered by the
contractor, or any of his servants of agents, to any public office or person in the employ of Board
in any way relating to hi office or employment or if any such officer or person shall become in
any way directly or indirectly interested in the contract, the Engineer-in-charge may thereupon
by notice in writing rescind the contract and the Security Deposit of the Contractor shall
thereupon stand forfeited and be absolutely at the disposal of Board and the same
consequences shall ensure as if the contract had been rescind under Clause –3 hereof and in
addition the Contractor shall not be entitled to recover or be paid for any work thereto for
actually performed under the contractor.

Clause – 22: Sum payable by way of compensation to be considered as reasonable


compensation without reference to actual loss changes in constitution of firm works under
direction of the C.E. settlement of dispute.
All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to the applied to the use of Board without reference to the actual loss
or damage sustained and or not any damage shall have been sustained
Clause – 23: In the case of a tender by partners any change in continuation of the firm shall be
forthwith notified by the Contractor to Engineer-in-Charge for his information.

Clause – 24: All works to be executed under the contract shall be executed under the direction
and subject to the approval in all respects of the Chief Engineer, Visakhapatnam Port Authority
for the time being who shall be entitled to direct at what point or points and on what manner they
are to be commenced and from time to time carried on.
Clause –25 to Clause-29 : Deleted
CLAUSE – 30 Stores of European manufacture to be obtained from Board.
The contractor shall obtain from the stores of the Engineer-in-charge all stores and articles of
European or American Manufacture which may be required for the work or any part thereof or in
making up articles, required therefore, or in connection there with unless he has obtained
permission in wring from the Engineer-in-charge to obtain such stores an articles elsewhere.
The value of such stores and articles as may be supplied to the contractor by the Engineer-in-
charge will be debited to the contractor in his account at the rates shown in the Schedule
attached to the contract and it they are not entered in the Schedule they will be debited at cost
price which for the purpose of this contract include the cost of carriage and other expenses,
whatever which shall have been incurred in obtaining delivery of the same at the stores
aforesaid.

CLAUSE – 31: Lump sums in estimates.


When the estimate on which the tender is made include lump sum in respect of parts of the
work, the contractor shall be entitled to payment in respect of the items of work involved or the
part of the work in question at the same rates as are payable, under this contract for such
items, or if the part of the work in question is not in the opinion, of the Engineer-in-charge may
at his discretion pay the lump sum amount entered in the estimate and the certificate in writing
of the Engineer-in-charge shall be final and conclusive against the contract with regard to pay
sum or sums payable to him under the provision of this clause.

CLAUSE- 32: Action where no specification.


In the case of any class of work for which there is no such specifications as in mentioned in
Rule-I such work shall be carried out in accordance with the district specification and in the
event of there being so strict specification then in such cases the work shall be carried out in all
respects in accordance with the instructions and requirement of the Engineer-in-charge.
CLAUSE- 33: Definition of work.
The expression “work” where used in these conditions shall unless there be something either in
the subject context repugnant to such construction be constructed and take to mean the works
by or by virtue of the contract contracted to be executed whether temporary or permanent and
whether original, altered, substituted or additional.
INTERPRETATION CLAUSE;
The Board means the Trustees of Visakhapatnam Port Authority and its successors. Works
importing the singular number only include the plural number and vice-versa.
CLAUSE – 34: Care to be taken for underground cables/pipelines.
Service lines such as electricity cables, fibre optic I.T.cables, water supply lines, sewer and
drainage pipes, telecommunication cables etc., are embedded in the port roads, road side
berms hard surfaced areas, pavements etc. The fibre optical I.T. cable is very costly and if
damaged requires replacement for full length as jointing would be ineffective. The contractor,
therefore, before commencing any excavation shall seek the specific clearance of the route
proposed for excavation from the Engineer-in-charge. Not-withstanding such approval he shall
be responsible to take necessary precautions by way of deploying suitable means and restraint
to avoid damage to any of the service lines. In case of any damages caused during excavation
or subsequently during progress of the work, the contractor should replace the same forthwith to
original design with material procured from manufacturers approved by V.P.A. as required, at
his cost, failing which, recovery of cost thereof including cost of down time of the facility as
evaluated by the Engineer-in-charge, would be effected from the bill amounts payable to the
contractor.
Further, earth work excavation in such areas should not be undertaken with mechanical means
such as procaine/JCB/Earth mover etc., it should be carried out by the contractor manually
taking proper precautions.
ADDITIONAL CONDITIONS:
1. MATERIALS OBTAINED FROM DISMANTLING;
Contractor in course of their work should understand that all materials (i.e. stone and other
materials obtained in the work as dismantling etc., will be considered as Board property and
will be disposed off to the best of advantage of the Board.
The contractor under take to have the site clean, free from rubbish to the satisfaction of the
Engineer-in-charge. All surplus materials, rubbish etc., will be removed to the place fixed by
the Engineer-in-charge and nothing extra will be paid.
2. INCONVENIENCE TO PUBLIC;
The contractors shall not deposit materials on any site, which will seriously Inconvenience
the public. The Engineer-in-charge may required the contractor. To remove any materials
which are considered by him to be dangerous or Inconvenience to the pubic or cause to be
removed at the contractor’s cost.
3. DELAY IN OBTAINING MATERIALS BY THE DEPARTMENT;
Owing to difficulty in obtaining certain materials in the open market the Board Have
undertaken to supply materials specified in Schedule ‘A’ of the tender form at rates stated
therein. There may be delay in obtaining the materials by the Department and Contractor is
therefore required to keep himself in touch with the day-to-day position regarding the supply
materials from the Engineer-in- Charge and to so adjust the progress of the work that labour
may not remain Idle nor may there by any other claim due to or arising from delay in
obtaining the materials. It should clearly understand that no claim whatsoever should be
entertained by the Board on account of delay in supplying materials.
4. RETURN OF SURPLUS MATERIALS:
Notwithstanding anything contained to the contrary in any or all of the clauses Of this
contract where any materials for the execution of the contract or procured with the
assistance of Board either by issue from Board stocks or purchase made under orders of
permits or license issued by the Board the Contractor shall hold the said materials
economically and solely for the purpose of the contract and not dispose of them without the
permission of the Board and return if required by the Engineer-in-charge all surplus or
unserviceable materials that May be left with him after the completion of the contract at its
termination of\ any reason whatsoever on being paid or credited such price as the Engineer-
in Charge shall determine having due regard to the condition of the materials. The price
allowed to the contractor however shall not exceed the amount charged to him excluding the
storage charge if any. The decision of the Engineer-in-charge shall be final and conclusive.
In the event of breach of the aforesaid condition the contractor shall in addition to throwing
himself open to the action or contravention of the terms of the license or permit and or for
all moneys, advantages or profits resulting or which in the usual course would have resulted
to him by reason of breach.
5. EXTENSION OF THE LIMIT FOR COMPLETION OF WORK:
If the contractor shall desires on extension of the time for completion of the work under
Clause-5 of the General Directions Conditions of contract no application for such extension
will be entertained if it is not received in sufficient time to allow the Chairman to consider it
and the contractor will be responsible for the consequences arising out of the negligence in
this respect.
6. I/We agree that should I/we fail to commence the work specified in the above memorandum
or should I/we deposit the full amount of security deposit specified in above memorandum in
accordance with Clause-I (a) of the said conditions contract and an amount equal to the
amount of the earnest money mentioned in the form of invitation to tender shall be
absolutely forfeited to the Board be recovered out of the deposit in so far at the same may
extend in terms of the said bond in the event of deficiency out of any other moneys due to
me or otherwise.
7. CONDITIONS RELATING TO THE EXECUTION OF ADDITIONAL WORK:
No deviation from specifications stipulated in the contract of additional items of works shall
be carried out by the contractor unless the rates of the substitute altered or additional items
have been approved in writing by the competent authority, failing which Board will not be
bound to entertain any claim on this account.
8. I am/we are not related to any of the Officers employed by the Central P.W.D. or any officer
of the rank of Asst. Secretary above in the Ministry of W.H. & S.
S. No. 10 to 13 Deleted.
14. I/We agree that should I/we fail to commence the work specified in the above memorandum
or should I/we deposit the full amount of security deposit specified in above memorandum in
accordance with Clause-I (a) of the said conditions contract and an amount equal to the amount
of the earnest money mentioned in the form of invitation to tender shall be absolutely forfeited
to the Board be recovered out of the deposit in so far at the same may extend in terms of the
said bond in the event of deficiency out of any other moneys due to me or otherwise.
15. CONDITIONS RELATING TO THE EXECUTION OF ADDITIONAL WORK:
No deviation from specifications stipulated in the contract of additional items of works shall be
carried out by the contractor unless the rates of the substitute altered or additional items have
been approved in writing by the competent authority, failing which Board will not be bound to
entertain any claim on this account.

CONTRACTOR CHIEF ENGINEER

Signature Not Verified


Digitally signed by SURYA PRAKASARAO
VANGALAPUDI
Date: 2024.11.07 14:40:59 IST
Location: eProcurement System for Central
PSUs

You might also like