Visakhapatnam Port Tender for Cruise Terminal Maintenance
Visakhapatnam Port Tender for Cruise Terminal Maintenance
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.
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.
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.
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.
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.
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.
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 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)
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.
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
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
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.
2) Operation & Maintenance of Pump house and Fire Fighting Systems (Electrical).
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’.
Staff Deployment General Shift 1st Shift 2nd Shift 3rd Shift Total
Total 5 Nos.
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.
e) Metering for Incomer:0-500V Digital Voltmeter with selector switch and MCB-1set,0-250A Digital
Ammeter
MAINTENANCE OF REGISTERS:
LOCATION: Work located at Port area, near GCB RFID gate of VPA
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.
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
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 “) .
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.
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.
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.
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:
IFSC ICIC0000060
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.
-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.
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:
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.
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.
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:
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
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.
NAME:
ADDRESS:
VISAKHAPATNAM
DT.
CONTRACTOR
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT
tion ( in weeks ) :
as on date
6. Proportionate percentage :
of progress as on date
a) Expected
b) Actual
SIGNATURE:
NAMEOFTHE CONTRACTOR(S)
(WITH STAMP)
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.
NAME
ADDRESS
St: Visakhapatnam
Dt:
VISAKHAPATNAM PORT AUTHORITY
CIVIL ENGINEERING DEPARTMENT
DECLARATION No.2
Vendor (Supplier of goods/service provider) to note and ensure timely receipt of goods and tax
invoices in VPA as per GST Law.
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
CONTRACTOR
ANNEXURE – III
-------------------------------------------------------------------------------------------------------------------------------
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
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)
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
Signed by me at on
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)
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.
corporate duly constituted under the Major Port Authorities Act, 2021 (hereinafter called “the
from_____________________________________________________________
(hereinafter called “the said Contractor (s)(s)” under the terms and conditions of a Work Order
Bank Guarantee for 10% of the Contract value for Rs.____________as agreed to by the
We, _____________________________________________________________
do hereby undertake to indemnify and keep indemnified the Board of the extent of
Rs.________________(Rupees______________________________________).
We,______________________________________________________________
further agree that if a demand is made by the Port for honouring the Bank Guarantee, We,
Bank)
cash the same for any reason whatsoever. The fact that there is a dispute between the said
We,______________________________________________________________
further agree that a mere demand by the Port Authority Board is sufficient for us
_______________________________________________________________________
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
We, _____________________________________________________________
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
We, ___________________________________________________________
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
We, ___________________________________________________________
lastly undertake not revoke this guarantee during its currency except with the previous consent
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).
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 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 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 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-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 – 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 – 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.