Nit SBD
Nit SBD
GOVERNMENT OF TELANGANA
PANCHAYAT RAJ ENGINEERING DEPARTMENT
***
NOTICE INVITING TENDERS (NIT)
NIT No. 123/2025-26, DT.02.06.2025 OF REGIONAL OFFICER PRED RANGAREDDY ( 1st Call)
1)Tenders for the work mentioned below are invited from the Contractors / Contracting
firms /Companies registered with the Government of Telangana or its equivalent
class of Registration with any other State Governments/Union
Territories/Government of India/PSUs of any state Government/ GOI as on
date of submission of bids (provided they apply for Registration with
Govt. of Telangana before submitting the bid and upload the proof of
application at the time of bid submission)
The tender is for Individual/Firm/Pvt Ltd only not for Joint
ventures
Joint ventures terms and conditions not applicable for this tender
Dt.20.04.2015
&
As per prevailing GOs of other State Governments
/Uts/ anywhere in the country/ Government of India
(provided they apply for registration with Govt of
Telangana upload such proof)
f) EMD
All the payments towards the
EMD should be through Net
Banking / RTGS / NEFT / Credit
Card/Debit Card / Bank
Guarantee only.
In case of Bank Guarantee, an
unconditional and irrevocable
Bank Guarantee drawn in favour
of the Regional Officer (PR),
RangaReddy obtained from Rs. 80900.00
Nationalised / Scheduled
Commercial Bank at 1% of the
estimated contract value of work
along with bid documents :
NOTE:
(i) Bank Guarantee submitted by
the successful bidder at the
time of tender with
conditional obligations shall
not be accepted and retained
against EMD for performance
at the time of conclusion of
contract
Unconditional and irrecoverable
Bank Guarantee shall be obtained
towards EMD for the entire
specified amount at the time of
concluding agreement
g) Bid submission start Date : @ 11: 00 PM on 12.06.2025
:
:
2)
a) The bidders may contact the Tender Inviting Authority for any information/
clarifications required to submit their tenders on ‘e’procurement market place.
c) After registering on the e procurement market place, bidders need to scan and upload
the required documents as per the tender requirements.
d) The bidders shall authenticate the tender with their digital certificate for submitting
the tender electronically on ‘e’procurement Platform and the tenders not authenticated
by Digital certificate of the bidder will not be accepted on the ‘e’procurement
platform
e) The bidder shall mandatorily pay the transaction fee to M/S TSTS Unit, Hyderabad
through the electronic payment Gateway.
f) The bidders are advised not to wait till the last day of submission of tender to avoid
uploading problem, if any, on the web site.
3)
i. The bidders who are desirous of participating in e’procurement market place shall
submit their technical bids, price bids etc., online, as prescribed in the NIT and tender
documents, displayed at ‘e’procurement market place. The bidders should upload the
scanned copies of all the relevant and required certificates, documents etc., in the
‘e’procurement market place in support of their technical bids. The bidders shall sign
on all the statements, documents, certificates, uploaded by them, owning
responsibility of the correctness/authenticity.
ii. All the bidders shall invariably upload the scanned copies of BG/online payment
receipt towards EMD in e- Procurement system and this will be the primary
requirement to consider the bid as responsive.
iii. The bidders shall furnish a declaration online stating that the soft copies
uploaded by them are genuine. Any incorrectness/deviation noticed will be
viewed seriously and apart from cancelling of the Tender and forfeiting the
EMD, criminal action will be initiated including suspension from participating in
the tenders on e-Procurement platform for a period of 3 years.
iv. If the tender inviting authority request the bidders for the submission of original of
uploaded documents by written (written means communicated in writing and i.e. by e-
mail, fax, Telex) demand in case of necessity during the technical bid evaluation, the
same shall be produced by the bidders with in specified period.
v. The tenders will be opened online in e-procurement platform by the Regional Officer
PR Mahabubnagar or his nominee at his office on the date and time specified in the
NIT. All the statements, documents, certificates, BG/online payment receipt etc.,
uploaded by the bidders will be down loaded for technical evaluation. The
clarifications, particulars if any required from the bidders will be obtained by
addressing the bidders. The technical bids will be evaluated against the specified
parameters/ criteria; same as in the case of conventional tenders and the technically
qualified bidders will be identified. Clarification will be obtained in respect of
uploaded documents only. No other document obtained / submitted will be taken
into consideration in evaluation process except for clarification obtained in
respect of uploaded documents only.
vi. Competent Authority will carry out the technical bid evaluation solely based on
the Uploaded Certificates / documents, BG/online payment receipt towards EMD
in the e- procurement System and open the Price bids of the responsive bidders.
vii. Any objections by the participating bidders on the technical bid evaluation /
disqualification made by the bid inviting authority shall be made within 03 days time
from the date of opening of technical bids and proper acknowledgement shall be
obtained invariably. The representation / petition received after the specified time and
date shall not be entertained. No representation /petition shall be entertained at any
stage from other than participating bidders on invited Tender. The price-bids of such
bidders, who are determined to have complied with the eligibility criteria i.e.,
qualified in the Technical Bid evaluation will only be opened by the Tender Inviting
Authority or his nominee at his office, on the date and time specified in the NIT.
viii. If the office happens to be closed due to any reason on the dates specified in the NIT,
the respective activity will be performed at the designated time on the next working
day without any notification.
ix. The tender inviting authority or an officer designated by him will notify the successful
bidder and inform by Email/ Registered post/ Speed Post at the address indicated in
the tender for submission of original hard copies of all Uploaded documents,
BG/online payment receipt towards EMD prior to entering into Agreement within a
stipulated time period.
x. The successful bidder shall invariably furnish the original BG/online payment
receipt towards EMD, certificates / documents of the uploaded scanned copies, to the
Agreement concluding authority before entering into agreement either personally or
through courier or post within the stipulated date and shall obtain the receipt of the
same, which shall be the responsibility of the successful bidder. The Department shall
not take any responsibility for any delay in receipt of original BG/online payment
receipt towards EMD, certificates / documents from the successful bidder before the
stipulated time. On receipt of documents, the Tender inviting authority shall ensure
the verification of genuinity of the BG towards EMD and all other certificates /
documents uploaded by the bidder in e-procurement system in support of the
qualification criteria before concluding the agreement.
xi. If any participant bidder, after bid submission closing date (during the bid validity
period) withdraws the bid or If any successful bidder fails to submit the original hard
copies of uploaded certificates / documents, BG/online payment receipt towards
EMD within the stipulated time or if any variation is noticed between the uploaded
documents and the original hard copies submitted by the bidder, the successful bidder
will be suspended from participating in the tenders on e-Procurement platform for a
period of 3 years duly forfeiting the EMD. The e- Procurement system would
deactivate the user ID of such defaulting successful bidder based on the trigger /
recommendation by the Tender Inviting Authority in the system. The information to
this extent will be displayed in the e-procurement platform website.
xii. Clause pertaining to deduction of 0.01% of the value of work done as contribution
towards Telangana Green fund shall be incorporated in the agreement in lieu of
G.O.Ms.No.17, Finance (TFR) Dept,Dt:18.02.2022 & G.O.Ms.No.17, I&CAD
(Reforms) Dept, Dt:13.05.2022.
xiii. Subsequent information in support of the documents specifically uploaded by the
bidder shall be sought for submission before finalization of tender, which will be
considered. Whereas the documents submitted by the bidders in the form of
hard copy of the documents which are not uploaded shall not be considered for
technical bid evaluation.
4) Any other details can be had from the Office of the Regional Officer PRED RangaReddy.
Mobile No: 9440817345
Pipe lines for Sewerage are to be designed for its pressure and ensured to lay the
pipes at proper gradient for free flow of discharge.The Pipe shall confirm to IS 458
and all the requsite tests for the RCC Pipe shall be done before laying
Chambers and any other items are to be verified for its structural strength ensure
safety as per actual design needed as per actual SBC before execution
A comprehensive functionality of entire project is the responsibility of the bidder for
its strength and free flow of discharge up to disposal stage
Necessary QC tests on all respective materials finished items has to be met which
will be conducted by the Engineer in Charge
Defect liability period 2 years for which any structure defects/ operational defects
shall be rectified by the agency without any additional cost of payment from the
department
All materials used shall be of standard quality and essential certificates to be obtained
from the supplier to the bidder before put into use . QC wing will test the materials as
per the rules in vogue
INSTRUCTIONS TO BIDDERS
A – GENERAL
Name of work - Laying of UGD line in Yadava Colony from erukali Laxmaiah (H) to
Palle Jangaiah (H) main Road, Mala Kanakaiah (H) to Bollagoni Krishnaiah (H) Main
Road, Nune Thirupathaiah (H) to Jilla Manoor (H)main road, Dubbaka Pullaiah (H) to
Dubbaku Narsimha (H), Gyoni Jangaiah (H) to Nune Rama Swamy (H), Alli Naraiah
(H) to Boyini Peddaiah (H)and Andagulu Sathaiah (H) to Salle Anasuya (H) in Yadava
Colony of Madgul (V&M) in Rangareddy District
Give brief description and location of work: Sewerage Pipeline in Madgul (M) of
Rangareddy District)
List out Principal Components of this work.
A E C V put to tender. Rs. 8083072.00
B Give breakup of cost of major items covered in the ECV
C Period of completion of Work. 09 Months including monsoon
D S O R adopted. 2024-25
E Rate adopted for Cement. As per Estimate
Rate of Steel Fe500 grade adopted As per Estimate
Rate of Mild Steel, Structural Steel adopted As per Estimate
Rate of MS Plate adopted As per Estimate
Other items if any
F Details of provisions included in the Estimate put to tender
0.1% / as applicable from time to
NAC
time
18% or any other as applicable
GST
from time to time
Others if any As applicable
Contractor profit & Over Head Charges. 13.615%
As per GO’s specified by the
Seigniorage charges.
Govt. from time to time
Other area allowances (Agency area,
Not applicable
Municipal area, and Industrial area) if any.
The Regional Officer PR RangaReddy invites tenders for the above work vide NIT
No.123/2025-26, Dt.02.06.2025 OF REGIONAL OFFICER PRED RANGAREDDY ( 1st
Call). The Regional Officer PRED RANGAREDDY or his nominee at his office will open
the tenders of the above work online, on the dates mentioned in NIT. If the office happens to
be closed on the dates, the opening of tenders gets automatically postponed to the next
working date, the time being unaltered, unless extended by a notification published online
through Corrigendum.
1. Bidders Eligible to Tender:
1.1 The bidders who
i) Possess the valid registration in the class and categories mentioned in the NIT and
satisfy all the Conditions therein.
ii) Are not blacklisted or debarred by the Government of Telangana or any
other State Governments/Union Territories/Government of
India/PSUs of any state Government/ GOI (or) suspended from the business
by the Registering Authority for whatever the reason, prohibiting them not to continue
in the contracting business
iii) Have complied with the eligibility criteria and other conditions specified in the NIT
and tender document are only eligible to participate in the tender.
iv) The bidder should be cumulatively net profit making during the last Ten Financial
Years. In case of, all members shall be cumulatively net profit making during the last
Ten Financial Years.(i.e., the combined total profit and loss put together in the last
Ten Financial Years should be in profit.)
i) The Bidder / Firms/ or its partner who have applied for / availed Corporate Debt
Restructuring (CDR) /Strategic Debt Restructuring (SDR) during last five (5)
financial years and continuing to be under the same as on the date of tendering are not
eligible to participate in the Bid.
iv) The contractor himself or any of his employees is found to be an officer who retired
from Government Service and had not obtained permission from the Government for
accepting the contractor’s employment within a period of 2 years from the date of his
retirement.
v) The Contractor or any of his employees is found at any time after award of contract,
to be such a person who had not obtained the permission of the Government as
aforesaid before submission of the tender or engagement in the Contractor’s service.
vi) Contractor shall not be eligible to tender for works in the division / circle where any
of his near relatives are employed in the rank of Assistant Engineer or Assistant
Executive Engineers and above on the Engineering side and Divisional Accounts
Officer and above on the administrative side. The Contractor may intimate the names
of persons who are working with him in any capacity or are subsequently employed.
He may also furnish a list of Gazetted / Non-Gazetted, State Government Employees
related to him.
vii) Note: Near relatives include
1. Sons, stepsons, daughters, and stepdaughters.
2. Son-in-law and daughter-in-law.
3. Brother-in-law and sister-in-law.
4. Brothers and Sisters.
5. Father and Mother.
6. Wife / Husband.
7. Father-in-law and Mother-in-law
8. Nephews, nieces, uncle and aunts
9. Cousins and
10. Any person residing with or dependent on the contractor.
2.1 The Bidder shall furnish the following particulars in the formats enclosed, supported by
documentary evidence as specified in the formats. Failure to comply with the condition,
the bid shall be considered incomplete and summarily rejected.
f) Availability of key personnel with the bidder for administration / site management
and execution viz., technical personnel required for the work (Statement-VI)
g) Information regarding any litigation, with Government during the last five years, in
which the Bidder is involved & criminal cases pending against the bidder (Statement-
VII (A&B))
h) Availability of working capital for the work [Liquid assets, credit facility and
availability of other financial resources i.e. Solvency certificate].
i) The bidders shall furnish a declaration online stating that the soft copies
uploaded by them are genuine. Any incorrectness/ deviation noticed would be
viewed seriously and apart from cancelling of the Tender and forfeiting EMD,
criminal action would be initiated including suspension from participating in the
tenders on e-Procurement platform for a period of 3 years.
j) The particulars of quality control testing Lab owned or proof of having tie-up with
established NABL certified quality control testing laboratories within Telangana
State.
2.2 Criterion for Firm/Companys:
A) General requirements:
1
2) No Bidder applying individually or as a member of a Firm/Company, as the case can be
a member of another. All such bids in that particular case shall be disqualified. The term
refers to either a single entity and a Firm/Company.
Individual / Firm/ Company registered with Government of Telangana
Registration in terms of
However, Individual / Firm/ Company having equivalent class of registration with any
other State Governments / Union Territories/Government of India/PSUs of any state
Government/ GOI registration can also participate provided they submit their online
application for registration with the Govt. of Telangana
(https://contractorregistration.telangana.gov.in) and upload the proof of application at the
time of bid submission.
3) In case of FIRM/COMPANY, all the partners of the FIRM/COMPANY group should have
a valid registration in appropriate class with the Government of Telangana or its
4) Any member of who has applied for / availed Corporate Debt Restructuring (CDR) /
Strategic Debt Restructuring (SDR) during last five (5) financial years and continuing to
be under the same as on the date of tendering, such is not eligible to participate in the bid.
6) In case of should have entered into a legally valid Agreement for being jointly and
severally liable (as per the format given in bid document on Rs. 100 Non Judicial Stamp
paper) and upload the same along-with bid. The name of the Lead Member/partner shall
be clearly indicated in the agreement. The Lead Member’s share shall not be less than
51% in the Firm/Company. Individual share of other two members shall not be less than
20%. The share of each member including lead Member shall be exhibited in the
Agreement. In case of the lead partner should submit their bid on e-procurement
platform.
7) The Agreement should clearly exhibit the responsibilities of the members. The non lead
members of the shall execute a Power of Attorney in favour of the Lead Member (as per
the format given in bid document) authorizing the Lead Member to conduct all business
for and on behalf of the during (a) Tendering process and (b) execution and for successful
performance of the work including the Defect Liability in case of award of work. The
Lead Member shall execute a Power of Attorney in favour of one of its officers to be the
Authorized Signatory (as per the format given in bid document) for signing the Bid
Documents and also to undertake all other acts and deeds on the behalf of the in
connection with the Bid and the Contract.
8) In case one or more of the members of the Firm is/are partnership firm(s), following
documents shall be submitted & uploaded :
b) Consent of all the partners to enter into the Firm/Company /Agreement on a stamp paper
of appropriate value (in original).
c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners
of the partnership firm to sign the Agreement on behalf of the partnership firm and create
liability against the firm.
9) In case one or more members is/are Proprietary Firm or HUF, the following documents
shall be enclosed & uploaded : a) Affidavit on Stamp Paper of appropriate value declaring
that his/her Concern is a Proprietary Concern and he/she is sole proprietor of the Concern
OR he/she is in position of ''KARTA" of Hindu Undivided Family (HUF) and he/she has
the authority, power and consent given by other partners to act on behalf of HUF.
10) In case one or more members is/are limited companies, the following documents shall be
submitted & uploaded :
i) Notary certified copy of resolutions of the Directors of the Company, permitting the
company to enter into agreement, authorizing MD or one of the Directors or Managers of
the Company to sign Agreement, such other documents required to be signed on behalf of
the Company and enter into liability against the company and/or do any other act on behalf
of the company.
ii) Copy of Memorandum and Articles of Association of the Company. Power of Attorney by
the Company authorizing the person to do/act on behalf of the company.
11) The firm should furnish an undertaking from all the members that in case of award of
work, the Agreement deed is irrevocable by any one or all the members together until 3
months after the defect liability period after completion of the work.
12) The Agreement should also include members to agree that the above undertaking to be
without any prejudice to the various liabilities of the members of the (Bidder) including
the performance security deposit as well as all the other obligations of the contract.
Regarding available bid capacity, in case of Firm/Company the available bid capacity will
be applied for each member to the extent of his participation in the execution of the works
according to the FIRM/COMPANY agreement.
14) The experience of the work for which bids are invited shall be shared among the
members of FIRM/COMPANY. in the same ratio of their participation in the work.
A) To qualify for opening the Price Bid each bidder in its name, should have, during
the last five financial years including the current financial year in which tenders are
invited (i.e. from 2020-21 to 2024-25)
a) Note:
B) The bidder (in case of, all the partners individually or collectively ) shall produce liquid
assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled
commercial banks of value not less than Rs. 26.94 Lakhs. The solvency certificate
should be in standard format as per G.O. Ms. No 94, I & CAD, Dt:01.07.2003.
Further, the tenderer (for, any member of) or their employee shall
possess valid ‘A’ grade Electrical license.
OR
An undertaking to the effect that if the tenderer (single entity or
firm) turns out to be L1 bidder, shall produce a Memorandum of
Understanding (MOU) on Rs.100/- Non Judicial Stamp Paper with “A”
grade Electrical License holder to execute the electrical component
before concluding the agreement.
Note: The bidder shall furnish an undertaking to the effect that if the
tenderer (single entity or firm) turns out to be L1 bidder, shall
produce a Memorandum of Understanding (MOU) on Rs.100/- Non
Judicial Stamp Paper with the Technology Partner for the construction
of STPs before concluding the agreement.
Note: The bidder shall furnish an undertaking to the effect that if the
tenderer (single entity or firm) turns out to be L1 bidder, shall
produce a Memorandum of Understanding (MOU) on Rs.100/- Non
Judicial Stamp Paper with SCADA Provider before concluding the
agreement.
F) The bidder shall submit undertaking on non judicial stamp paper worth Rs 100/- for
concluding a separate agreement with ULB for O&M to be taken up for both existing
and new Water supply systems and UGD systems (as per bid document) (for, all
members of should furnish the said undertaking).
G) The bidder shall submit undertaking on non judicial stamp paper worth Rs 100/- for
duly stating that they have not been blacklisted / debarred / Suspended / demoted in any
department in Telangana or in any State/Govt. of India due to any reasons (for, all
members of should furnish the said undertaking).
H) Bid capacity
The bidders who meet the above qualification criteria and whose available bid
capacity is more or equal to the estimated contract value will only be qualified for
opening of Price bid.
The assessed available bid capacity of Bidder will be calculated as under:
Available Bid Capacity: (2 x A x N) – B
Where,
A = Maximum value of Civil Engineering works executed / in progress in its name in
any one financial year during the last Five financial years (updated to current
Price level of 2024-25) taking into account the works completed
N = Number of years prescribed for completion of the work for which Tenders are
invited.
B = Updated value (at current Price level of 2024-25), of all existing Commitments
i.e., ongoing works to be executed during the Period of completion of the work
for which Tenders are invited.
Annual turnover of the bidder based on Civil Engineering works executed and
also the balance value of works on hand etc., shall be updated by giving simple
weightage of 10% per year to bring them to current price level of 2024-25.
In case of firm, all the partners of the shall individually satisfy the bid capacity in
proportion to the extent of their percentage share mentioned in the agreement for
execution of the work. The bid capacity of each member of the will be calculated as per
their individual ‘A’ values and ‘B’ values.(Not applicable)
Note:
a) Official Sub-contractor’s experience, in his name will be taken in to account in
determining the Bidder’s compliance to the Qualification criteria, duly certified by the
If the prime contractor desires to sub-let a part of the work he should submit the same at
the time of filing tenders or during execution, giving the name of the proposed Sub-
Contractor, along with details of the qualification and experience. The Tender Approving
Authority will verify the experience of the proposed Sub-Contractor and if the Sub-
Contractor satisfies the qualification criteria in proportion to the value of work proposed to be
sub-let, he may permit the same. The total value of works to be awarded on sub-letting shall
not exceed 45% of contract value. The extent of subletting shall be added to the experience
of the sub-contractor and to that extent deducted from that of the main contractor. The
Principal contractor/FIRM/COMPANY is responsible for the required Technical
competency/expertise in executing the sub-letting works
If the part of work is to be sublet during execution, i.e., within the agreement period or
beyond the agreement period (EOT), the sub contractor shall satisfy the qualification criteria
proportionate to proposed value of subletting according to the qualification prescribed in the
tender document only.
K 1) Availability (either owned (or) leased) of the following major key and critical
equipments:
The bidder (in case of, all the partners individually or collectively) should
furnish Availability key and critical equipment (either owned or leased) duly giving an
undertaking/declaration on a non-judicial stamp paper of worth of Rs.100/- with
sufficient proof of equipment or leased agreement.
Sl. No Equipment type and characteristics Minimum Number Required
1 Excavators 05 No.s
2 Tippers 05 No.s
3 Cranes 2 No.s
In case of owned equipment, the bidder has to upload either a certificate issued by the
Executive Engineer, with in the block period (or) a Declaration on non judicial stamp paper
worth Rs 100/- as prescribed in Statement V along with sufficient proof of documents in
support of owning key and critical equipment such as Invoice / certificate of registration by
the competent authority.
In case of Leased equipment, the bidder shall invariably upload the lease agreement
along with sufficient proof of documents in support of owning leased equipment by the
lessee, such as certificate issued by the Executive Engineer, within the block period (or)
Invoice / certificate of registration by the competent authority in proof of owning the key and
critical equipment
Note:The bidder has to upload a certificate issued by the Executive Engineer with in the
Block period towards owning Quality control laboratory equipment (or) proof of tie up
with an established Quality control testing laboratory suitable for the tendered work.
The bidders may also furnish a declaration on non judicial stamp paper worth Rs 100/-
as prescribed in Statement V along with sufficient documentary proof in support of
owning the Quality Control testing lab equipments such as Invoice / certificate of
registration by the competent authority.
OR
The bidder shall upload an undertaking that in case he turns out to be successful bidders
(L1) he will establish Quality control laboratory or will have a tie-up with reputed NABL
certified Quality control laboratory within Telangana State.
The bidders shall also upload the consent letters of the technical personnel to work with the
bidder during execution of the work along with qualification certificates of the proposed
technical personnel.
(3) The bidders shall furnish a declaration online stating that the soft copies uploaded by
them are genuine. Any incorrectness/deviation noticed will be viewed seriously and
apart from cancelling of the Tender and forfeiting the EMD, criminal action will be
initiated including suspension from participating in the tenders on e-Procurement
platform for a period of 3 years.
(4) Competent Authority will carry out the technical bid evaluation solely based on the
Uploaded Certificates / documents, BG towards EMD in the e- procurement System
and open the Price bids of the responsive bidders. Clarification will be obtained in
respect of uploaded documents only. No other document submitted offline will be
taken into consideration in evaluation process except for clarification obtained in
respect of uploaded documents only.
(5) The tenderer to be black listed and the EMD forfeited if he is found to have misled or
furnished false information in the forms / Statements / Certificates submitted in proof
of qualification requirements or record of poor performance such as abandoning of
(7) Transaction fee: The participating bidders shall pay transaction for @ 0.03% (plus
tax @ 18% towards transaction fee to be paid electronically online through payment
gateway services provided on e-procurement platform.
(8) The successful bidder should pay an amount of Rs. 0.04% of ECV (estimated contract
value) with a cap of Rs.10, 000 (Rupees ten thousand only) for all works with ECV up
to Rs.50 Crores, and Rs.25, 000/- (Rupees twenty five thousand only) for works with
ECV above Rs.50 Crores through online payment and submit the copy of payment
receipt/acknowledgement the same to the Regional Officer, PR RangaReddy at the
time of concluding agreement.
(9) Any further information can be obtained from the office of the Regional Officer
PRRangaReddy.
(10) Any objections by the participating bidders on the technical bid evaluation /
disqualification made by the tender inviting authority shall be made within 03 days’
time from the date of opening of Technical bid and proper
(11) If any participant bidder, after bid submission closing date (during the bid validity
period) withdraws the bid OR If any successful bidder fails to submit the original
hard copies of uploaded certificates / documents, BG towards EMD within the
stipulated time or if any variation is noticed between the uploaded documents and the
original hard copies submitted by the bidder, the bidder will be suspended from
participating in the tenders on e-Procurement platform for a period of 3 years duly
forfeiting the EMD. The e- Procurement system would deactivate the user ID of such
defaulting bidder based on the trigger / recommendation by the Tender Inviting
Authority in the system. The information to this extent will be displayed in the e-
procurement platform website.
(12) Clause pertaining to deduction of 0.01% of the value of work done as contribution
towards Telangana Green fund shall be incorporated in the agreement in lieu of
G.O.Ms.No.17, Finance (TFR) Dept,Dt:18.02.2022 & G.O.Ms.No.17,
I&CAD(Reforms) Dept, Dt:13.05.2022.
(13) The successful bidder shall invariably furnish all the original certificates/documents
of the uploaded scanned copies to the tender inviting authority before entering into the
agreement either personally or through courier or post and the receipt of the same
within the stipulated date shall be the responsibility of the successful bidder. The
Department will not take any responsibility for any delay in receipt/non-receipt of
original proof of on line payment / BG towards EMD, certificates / documents, from
the successful bidder before the stipulated time.
14) The successful bidder shall (in case of FIRM/COMPANY, each partners of
FIRM/COMPANY) produce GST registration certificate from Telangana and GST
returns (in case of not having Telangana GST registration) before concluding
agreement.
15) In case, 1% EMD/Bid Security was paid by the successful bidder on online mode
utilizing payment gateway service on e-procurement platform at the time of tendering,
balance EMD/Bid Security of 1.5% can be paid on the same mode or in the form of
Unconditional & Irrevocable Bank Guarantee. The proof of having paid 1% EMD on
e-procurement platform shall be submitted along with the 1.5% EMD.
16) In case, 1% EMD was paid by the successful bidder in the form of Bank Guarantee at
the time of tendering, then it should be replaced by 2.5% EMD/Bid Security in the
form of Unconditional & Irrevocable Bank Guarantee in the format given in bid
document.
(17) The date stipulated above is firm and under no circumstances they will be relaxed
unless otherwise extended by an official notification or happen to be Public
Holidays.
(18) Any other condition regarding receipt of tenders in conventional method appearing in
the tender documents may please be treated as not applicable.
(19) The tender inviting authority reserves the right to accept or reject any tender or all
tenders and to cancel the tendering process, at any time prior to the award of contract,
without thereby incurring any liability to the affected tenderer or tenderers or any
obligation to inform the affected tenderer or tenderers of the reasons for such action.
3.4 Even though the bidders meet the above qualifying criteria, the bidder will be
disqualified duly forfeiting the EMD and also they will be suspended / blacklisted, if
they have
d. been found, while execution of the work, that, the work was awarded to the
Contractor based on false / fake certificates of experience/ forms/ Statements/
annexure submitted in proof of the qualification requirement, the Contractor will be
blacklisted and work will be taken over invoking clause 61 of PS to APSS as adopted
for Telangana State.
3.5 Tenders with more than the estimated contract value during the 1st call shall be
summarily rejected.
3.6 For tenders up to 15% less than the estimated contract value of work, no
additional security deposit is required. But for tenders less by more than 15%
of the estimated Contract Value of work, the difference between the tendered
amount and 85% of the estimated contract value in shape of BG/DD shall be
collected from the successful Bidder before concluding the agreement.
3.1 Each bidder shall submit only one Tender for the work. A Bidder who submits more
than one Tender either in the form of individual or as a partner in the
firm/FIRM/COMPANY will cause dis-qualification of all the Tenders submitted by
the Bidder.
4. COST OF TENDERING
4.1 The bidder shall bear all costs associated with the preparation and submission of his
Tender and the tender inviting authority will in no case be responsible and liable for
those costs.
5. SITE VISIT
5.1 The Bidder, at the Bidder’s own responsibility and risk is advised to visit and examine
the Site of Work and its surroundings and obtain all information that may be necessary
for preparing the Tender for entering into a contract, for construction of the work. The
costs of visiting the site shall be at the Bidder’s own expense.
B. TENDER DOCUMENT
Technical bid
1) Notice Inviting Tenders (NIT)
2) Instruction to Bidders
3) Forms of Tender and qualification information
4) Conditions of Contract.
5) Specifications.
6) Drawings.
7) Forms of Securities, EMD, Additional Security, Solvency, Credit facilities,
Firm/Company Agreement, Power of attorney, undertakings.,etc..
Price bid
7.1 A prospective bidder requiring any clarification on Tender documents may contact the
Tender Inviting Officer at the address indicated in the NIT. The Tender Inviting Officer
will also respond to any request sought for clarification, either received through post or
in person, should be before – (date to be specified).
8.1 Before the last date for submission of Tenders, the Tender Inviting Authority may
modify any of the Contents of the Tender Notice, Tender documents by issuing
amendment / Addendum.
8.2 Any addendum / amendments issued by the Tender Inviting Authority shall be part of
the Tender Document and it shall be notified in online through corrigendum.
8.3 To give prospective Bidders reasonable time to take an Addendum / Amendment into
account in preparing their tenders, the Tender Inviting Authority invariably extend, the
last date for submission of tenders by providing a minimum period of 7 days between
date of publication of such Addendum / Amendment and the last date for submission of
tenders.
8.4 It is the responsibility of the bidders to take notice of such Addendums / Amendments
till the last date / time stipulated for submission of tenders. No plea of the bidders, who
fail to take note of such Addendums / Amendments, will be entertained.
C. PREPARATION OF TENDERS
9.1 All documents relating to the tender shall be in the English Language only.
1 After registering on the e-procurement market place, bidders need to scan and upload
the required documents as per the tender requirements.
2 The Bidders shall authenticate the tender with their digital certificate for submitting
the tender electronically on e-procurement Platform and the tenders not authenticated
by Digital certificate of the bidder will not be accepted on the e-
procurement platform.
3 The bidder shall mandatorily pay the transaction fee to M/s. TSTS UNIT,
TELANGANA, HYDERABAD through the electronic payment Gateway.
10.1
i. The bidders who are desirous of participating in e-procurement market place shall
submit their technical bids, price bids etc., online in the standard format prescribed in
the NIT and tender documents as displayed at e -procurement market place. The
bidders should upload the scanned copies of all the relevant and required certificates,
documents etc., in the e-procurement market place in support of their technical bids.
The bidders shall sign on all the statements, documents, certificates uploaded by
them, owning responsibility for their correctness /authenticity.
ii. All the bidders shall invariably upload the scanned copies of BG/Online Payment
Receipt towards EMD in e- Procurement system and this shall be the primary
requirement for Technical bid evaluation.
iii. The bidder shall furnish a declaration in online stating that the soft copies uploaded by
them are genuine. Any incorrectness/deviation noticed will be viewed seriously and
apart from canceling the work duly forfeiting the EMD, criminal action will be
initiated including suspension from business.
iv. The successful bidder shall invariably furnish the original BG/Online Payment
Receipt towards EMD, certificates / documents of the uploaded scanned copies, to the
Agreement concluding authority before entering into agreement either personally or
through courier or post within the stipulated date and shall obtain the receipt of the
same, which shall be the responsibility of the successful bidder. The Department shall
not take any responsibility for any delay in receipt of original BG/Online Payment
Receipt towards EMD, certificates / documents from the successful bidder before the
stipulated time. On receipt of documents, the Tender Inviting Authority shall ensure
the verification of genuineness of the BG towards EMD and all other certificates /
documents uploaded by the bidder in e-procurement system in support of the
qualification criteria before concluding the agreement.
v. The tenders will be opened online in e-procurement platform by the Tender Inviting
Authority or his nominee at his office on the date and time specified in the NIT. All
the statements, documents, certificates, BG/Online Payment Receipt etc., uploaded by
the bidders will be downloaded for technical bid evaluation. The clarifications,
particulars if any required from the bidders will be obtained by addressing the bidders.
The technical bids will be evaluated as per the specified parameters/ criteria will be
determined.
vi. The Department shall carry out the technical bid evaluation solely based on the
Uploaded Certificates / documents, BG/Online Payment Receipt towards EMD in the
e- procurement System. The result of technical bid evaluation will be displayed on the
e-procurement market place, for the benefit by all the bidders participated in the
tenders.
vii. The price-bids of such bidders, who are determined to have complied with the
eligibility criteria, i.e., qualified in Technical bid evaluation will only be opened by
the Tender Inviting Authority or his nominee at his office, on the date and time
specified in the NIT, or any other date postponed and notified in the e-procurement
platform.
viii. If the office happens to be closed on the dates specified in the NIT, the respective
activity will be performed at the designated time on the next working day without any
notification.
ix. If any successful bidder fails to attend the office of the agreement concluding
authority on or before the time specified will be suspended from participating in the
tenders on e-Procurement platform for a period of 3 years besides forfeiting the
EMD. The e-Procurement system would deactivate the user ID of such defaulting
successful bidder based on the trigger / recommendation by the tender Inviting
Authority in the system.
x. Any other details can be had from the Office of the Tender Inviting Authority The
Regional Officer (PH) ,PR RangaReddy
11. BID OFFER:
11.1 Bill of Quantities or Schedule “A” and the bid offer accompanies the tender document
as Volume-II. It shall be explicitly understood that the Tender Inviting Officer does
not accept any responsibility for the correctness or completeness of this schedule ‘A’
and this schedule ‘A’ is liable to alterations by omissions, deductions or additions at
the discretion of the Regional Officer or as set forth in the conditions of the contract.
The Schedule “A” shall contain the items of work indicated as part– I and LS
provisions towards reimbursable items as part–II. The percentage quoted by the
bidder shall be applicable only to part –I. However, the provisions contained in the
part – II will be operable based on the conditions provided in the Tender Document.
The bidders will have to state clearly their willingness to execute the work at certain
specific percentage of excess or less or at par of the ECV indicated in Part-I at the
space provided therein in Schedule ‘A’. The L.S. amounts indicated in part-II are
maximum reimbursable amounts. The bidder should however quote his lump sum
tender based on this schedule of quantities. He should quote his offer as a overall
tender percentage.
11.2 The Schedule –A (or Price-bid) contains not only the quantities but also the rates
worked out by the Department and the amount for each item and total value of the
estimated contract. The bidder should workout his own rates keeping in view the
work, site conditions and quote his overall tender percentage with which he intends to
execute the work.
11.3 The tender offer shall be for the whole work and not for individual items / part of the
work.
11.4 i) (a) GST, NAC, Labour cess and Seigniorage Charges including DMF & SMET
on Seigniorage Charges will be recovered and reimbursed as specified under
Part-II of Schedule A. From the 2nd R.A. Bill onwards, GST invoice of
preceding/ previous bill should be submitted for processing the bill.
(b) Permit fee on Seigniorage Charges will be recovered from the contractor
directly deducting the same from the bills of Contractor without
addition. The reimbursement to the contractor will be considered as per
the policy decision as may be taken by the Government.
ii) All other duties, taxes and other levies payable by the contractor as per State /
Central Government rules in vogue as on the last date of submission of price bid are
deemed to have been included in the tender percentage quoted by the bidder.
iii) Seigniorage Charges : The Seigniorage charges shall be recovered from the bills
of the contractor on the work done and measured quantities at the rates prescribed in
G. O. Ms. No. 18; (Industries and Commerce (M.I) Department) Dt. 31-03-2022
and same shall be reimbursed. The rates are liable to be revised and amended from
time to time by the State Government. In case of revision, the revised rates as fixed
by the State Government have to be adopted. The difference of the Seigniorage
Charges adopted in the estimate and the revised rates amended from time to time by
the State Government will be reimbursed to the Contractor.
11.5 The tendered contract amount, as computed based on overall tender percentage, is
subject to variation during the performance of the Contract in accordance with
variation in quantities etc.
11.6 Charges payable to M/s TSTS, HYDRABAD.
All the participating bidders shall electronically pay the transaction fee to the
Service provider through Payment Gateway service on e-procurement platform.
Payment of transaction fee by the participating bidders through the Electronic
Payment Gateway is made mandatory for tenders.
The Successful bidder will pay further fee @ 0.04% of ECV (Estimated
contract value) payable to the M/s. TSTS , Hyderabad to create an e-Procurement
fund to be administered by TSTS (The ceiling amount of the above fee for works
costing ECV up to Rs 50.00 Crore is Rs 10,000.00 and for works costing with ECV
above Rs 50.00 Crores is Rs 25,000.00
The above fee is payable by the successful bidder shall electronically pay the
corpus fee to the Service provider through Payment Gateway service on e-
procurement platform before the time of conclusion of the agreement and submit the
same to the agreement concluding authority. The said Online Payment Receipt made
to M/s. TSTS , Hyderabad Should be submitted to the Regional Officer who is
entering in to agreement with the successful bidder.
Validity of Tenders:
11.7 Tenders shall remain valid for a period of not less than 90 days from the last date of
receipt of Tenders.
11.8 During the above-mentioned period no plea by the bidder to withdraw the tender or
for any sort of modification of the tender based upon or arising out of any alleged
misunderstanding or misconceptions or mistake or for any other reason, will be
entertained. If the bidders withdraw their tender during validity period prior to award
of the work, the bidder will be blacklisted/suspended a period of 3 years duly
forfeiting the EMD .
11.9 In exceptional circumstances, prior to expiry of the original validity period, the
Tender Inviting Officer may request the bidders to extend the period of validity of the
tender for a specified additional period. Such request to the Bidders shall be made in
writing. A bidder may accept or refuse the request without forfeiting the E.M.D. A
bidder agreeing to the request will not be permitted to modify his Tender, but will be
required to extend the validity of his E.M.D. for a period of the extension of validity
of the tender.
All the bidders shall invariably upload the scanned copies of BG/online payment
receipt towards EMD as indicated in the NIT along with the tender in e-Procurement system
and this will be the primary requirement to consider the tender for technical bid evaluation.
12.1
(i) The BG shall be drawn from a Nationalized Bank / Scheduled Commercial Bank
between date of issue of Tender Notice and last date of submission of bids (both dates
inclusive) and valid for a period of Six (06) Months from the date of issue of BG.
However, in exceptional circumstances, on request of the Tender Inviting Authority
the validity of DD/BG shall be extended up to 90 days from its original validity (BG).
The original BG towards EMD is to be scanned and uploaded along with the Bid.
Further, the 1% E.M.D. paid by the successful Bidder at the time of submission of
hard copies of Tender documents in the shape of Bank Guarantee will be discharged if
the Bidder furnishes Bank Guarantee for the full EMD of 2.50% at the time of
concluding agreement.
12.3 The earnest money deposited by the successful Bidder will not carry any interest and
it will be dealt with as provided in the conditions stipulated in the tender. The E.M.D.
given in the form of Bank Guarantee on a Nationalized Bank/Scheduled Commercial
Banks shall be valid for the duration of contract period plus defect liability period and
in case any valid extension of contract period is granted, the validity of BG shall also
be extended for the corresponding period.
12.4 The E.M.D. shall be forfeited in addition to suspending from bidding for a
period of 3 years.
(a) If the Bidder withdraws the Tender during the validity period of Tender.
(b) In the case of a successful bidder, if he fails to sign the Agreement within the
stipulated time for whatever the reason.
13.2 The Tender shall contain no alterations or additions, except those to comply with
instructions issued by the Tender Inviting Officer, or as necessary to correct errors
made by the Bidder, in which case all such corrections shall be initiated by the person
signing the Tender.
13.3 No alteration which is made by the Bidder in the contract form, the conditions of the
contract, the drawings, specifications or statements / formats or quantities
accompanying the same will be recognized; and, if any such alterations are made the
tender will be void.
D. SUBMISSION OF TENDERS
14. SUBMISSION OF TENDERS:
14.1 The bidders who participate in tenders online, shall submit the following
invariably failure to comply with the condition the bid shall be considered
incomplete and rejected.
a) Check slip
Copy of valid Registration certificate in appropriate class as per following orders of
Government of Telangana. Further, the bidder having equivalent class of
registration with other State Governments/Union Territories/
Government of India/PSUs of any state Government/ GOI can also
participate by applying online for registration with Govt. of
Telangana (https://contractorregistration.telangana.gov.in ) and
uploading the proof of application at the time of bid submission.
c) The contractors shall furnish copy of permanent Account Number (PAN) Card and
copy of Latest Income tax returns.
f) Availability of Key & critical construction and quality control equipments with the
bidder in Statement V.
g) Availability of key personnel with the bidder for administration / site management
and execution viz., technical personnel required for the work (Statement-VI).
h) Information regarding any litigation, with Government during the last Five years,
in which the Bidder is involved & criminal cases pending against the bidder in
Statement-VII (A&B).
b) The bidder shall submit undertaking on non judicial stamp paper worth Rs
100/- for concluding a separate agreement with ULB for O&M to be taken up for both
existing and new Water supply systems and UGD systems (as per bid document) (for
FIRM/COMPANY, all members of FIRM/COMPANY should furnish the said
undertaking).
15. [Deleted]
16.1 Tenders must be submitted not later than the date and time specified in NIT.
16.2 The Tender Inviting Authority may modify the dates for bid documents downloaded
date / end date / last date for submission of tenders / date of opening of Technical bid /
Date of opening of Price bids by issuing an amendment in which case all rights and
obligations of the Tender Inviting Authority will remain same.
17.1 Any Tender received after the last date / time prescribed in NIT will be summarily
rejected.
18.1 No Tender shall be modified after the last date /time of submission of Tenders.
19.1 The technical bid containing qualification requirements as per Annexure - I & II and
Statement I to VII will be evaluated by the tender opening authority
20.1 The tender opening authority may call upon any 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 bidder. The clarification called for from
the bidders shall be furnished within the stipulated period, which shall not be more
than a week.
20.2 The Bidder if so desires, shall agree in writing to furnish the clarification called for
within the stipulated period and if he fails to do so, evaluation of the bid will be made
based on the information available.
21.1 The Tender Opening Authority will evaluate the Technical bid and determines
whether each Bidder is satisfying the eligibility criteria prescribed in the tender
document and declares them as a qualified/ not qualified Bidder.
21.2 If the technical bid of a Bidder is not satisfying the eligibility criteria the Tender
Opening Authority will reject it. However, the tender accepting authority detects any
discrepancy in the evaluation of Tenders, the tender accepting authority while
returning the tenders may direct the Regional Officer / Chief Engineer / Engineer-in-
Chief as the case may be, to re-evaluate and re-submit the tenders.
22.1 The Price Bids of qualified Bidders whose technical Bids are found satisfying the
eligibility criteria shall be opened on the date and time fixed.
22.2 The Price Bid of the Unqualified Bidders will not be opened.
22.3 Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy or non-adherence to Conditions the Tender
accepting authority shall communicate the same which will be binding both on the
tender Opening authority and the Bidder. In case of any ambiguity, the decision taken
by the Tender Accepting Authority on tenders shall be final.
23.1 The Tender Opening Authority will evaluate and compare the price bids of all the
qualified Bidders.
23.2 Negotiations at any level are strictly prohibited. However, good gesture rebate, if
offered by the lowest Bidder voluntarily prior to finalization of tenders may be
accepted by the tender accepting authority.
23.3 Selection of Bidder among the lowest & equally quoted bidders will be in the
following order:
b) In case the bid capacity is also same the Bidder whose annual turnover is more
will be preferred.
c) If the criteria mentioned above incidentally become the same, the turnover on
similar works and thereafter machinery available for the work and then the clean
track record respectively will be considered for selection.
24.1 In case of any discrepancy between the overall tender percentage quoted in words and
figures, the percentage quoted in words shall prevail.
The percentages quoted by the bidders shall be kept confidential and it shall not be
disclosed till his / their price bid is opened by the competent authority. Violation of such
confidentiality, the bid /bids will be rejected and such bidder will be debarred from
participation in tenders for a period of ‘1’ (one) year.
25.2 No Bidder shall contact the Tender Inviting Authority 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 (except for the clarifications sought by
the department in writing).
25.3 Before recommending / accepting the tender, the tender recommending / agreement
concluding authority may verify the correctness of certificates submitted to meet the
eligibility criteria and specifically experience.
25.4 The Tenders will be referred to COT along with Technical Bid and Price Bid
Evaluation for consideration. (Deleted)
The Commissionerate of Tenders shall scrutinize the tenders submitted by Engineer-
in-Chief / Chief Engineer / Project administrators in accordance with the conditions
stipulated in the tender document and in case of any discrepancy or non-adherence to
the conditions, the same shall be communicated which will be binding both on the
tender inviting authority and the bidder. In case of any ambiguity, the decision taken
by the COT on tenders shall be final.
F. AWARD OF CONTRACT
26.2 The tender accepting authority reserves the right to accept or reject any Tender or all
tenders and to cancel the Tendering process, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected Bidder or Bidders of the reasons for such action.
27.1 The Bidder whose Tender has been accepted will be notified of the award of the work
by the Regional Officer/Executive Engineer, prior to expiry of the Tender validity
period by registered letter. This letter (hereinafter and in the Conditions of Contract
called “Letter of Acceptance”) will indicate the sum that the Government will pay to
the Contractor in consideration of the execution, completion, and maintenance of the
Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Amount”).
27.2 When a tender is accepted the concerned Bidder shall attend the office of the Regional
Officer/Executive Engineer concerned on the date fixed in the Letter of acceptance.
Upon intimation being given by the Regional Officer/Executive Engineer, of
acceptance of his tender, the bidder shall make payment of the balance E.M.D., by
way of Demand Draft or unconditional and irrevocable Bank Guarantee obtained
from a Nationalized Bank/Scheduled Commercial Bank, with a validity period of
Agreement period + Defect Liability period, and sign an agreement in the form
prescribed by the department for the due fulfillment of the contract. Failure to attend
the Regional Officer’s / Executive Engineer’s office on the date fixed, in the written
intimation, to enter into the required agreement shall entail forfeiture of the Earnest
Money Deposit besides taking action as specified in Clause 28.3. The written
agreement to be entered into between the contractor and the Government shall be the
foundation of the rights and obligations of both the parties and the contract shall not
be deemed to be complete until the agreement has first been signed by the contractor
and then by the proper officer authorized to enter into contract on behalf of the
Government.
27.3 The successful Bidder has to sign an agreement within a stipulated time from the date
of receipt of communication of acceptance of his tender. On failure to do so his
tender will be cancelled duly forfeiting the E.M.D., without issuing any further notice
and action will be initiated against the bidder suspending for a period of 3 years.
28.1 The Government requires that the Bidder / suppliers / contractors under Government
financed contracts, observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the Government defines for
the purpose of the provisions as follows.
(a) “Corrupt practices” means the offering, giving, receiving or soliciting of anything
of value to influence the action of a Government official in procurement process or
in contract execution: and
(c) Will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract
in question.
(d) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at
any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing a Government Contract.
(e) Furthermore, Bidders shall be aware of the provisions stated in the General
Conditions of Contract.
30.0) The A.P.S.S. as adopted for Telangana State shall form part of the contract. He shall
also carefully study the drawing and additional specifications and all the documents
which form part of the contract be entered into by the successful Bidder.
30.1) Bidders attention is directed to requirements of materials under the clause materials
and “Workman ship” in the preliminary specifications. Material conforming to the
Bureau of Indian Standards (BIS) only shall be used on the work and the Bids shall
quote his bid accordingly.
30.2) The Bidder has to do his own testing of materials and satisfy himself that they confirm
to the specifications of respective B.I.S. codes before Bidding.
30.3) The contractor shall himself procure the required construction materials of approved
quality including the earth for formation of embankment and water from source of his
choice.
30.4) The contractor shall himself procure all materials required for the work well in advance.
QUALIFICATION INFORMATION
Annexure –I
CHECKLIST TO ACOMPANY THE TENDER
1 Copy of Contractors valid registration under appropriate Class with Mandatory
Government of Telangana.
2 Details of EMD i.e. NEFT/Credit Card/Debit Card/Bank Guarantee Mandatory
3 Transaction fee certificate Mandatory
4 Annual Turnover certificate certified by CA along with balance sheet or Mandatory
Experience certificates of civil engineering works completed by contractor
with in block period issued by Executing authority
5 The information on existing commitments with supporting certificates Mandatory
countersigned by SE
6 Copy of PAN Card Mandatory
7 Copy of Goods Service Tax (GST) Registration Mandatory
8 Proof of liquid assets in the shape of solvency certificate for the required Mandatory
amount not earlier than one year
9 Copy of declaration on critical equipment owned or lease on non-judical Mandatory
stamp paper of Rs.100/- certified by concerned Executive Engineer, PR
Division,PR Department
10 Qualification certificate of Key Personnel Mandatory
11 Self Declaration by the bidder that he is not black listed and owning the Mandatory
responsibility of uploaded on line
12 The information of litigation history Mandatory
13 Field laboratory establishment with evidence. Mandatory
14 Copy of Latest SARAL Form submitted to the IT Department. Mandatory
15 Processing fee Rs:3000/- to be paid online in favour of Regional Mandatory
Officer, PR Region, RangaReddy , A/C NO.62128400764 SBI
Gruhakalpa Hyderabad. IFSC Code-SBIN0020496.
Notes:-
1. All the statements copies of the certificates, documents etc., enclosed to the
Technical bid shall be given page numbers on the right corner of each
certificate, which will be indicated in column (4) above against each item. The
statements furnished shall be in the formats appended to the tender document.
2. The information shall be filled-in by the Bidder in the checklist and statements-
I to VIII, shall be uploaded along with to the Technical bid for the purposes of
verification as well as evaluation of the bidder’s Compliance to the qualification
criteria as provided in the Tender document.
STATEMENT – I
Details of value of Civil Engineering works executed in each year during the last ten
financial years by the Bidder (in case of FIRM/COMPANY, each partner).
a) Attach certificate(s) issued by the Executive Engineer (s) concerned and counter signed
by Regional Officer (s) or Equivalent Rank officer (s) showing work wise / year wise
value of work done in respect of all the works executed by the Bidder during last ten
financial years.
OR
STATEMENT – IV
Details of Existing Commitments.
Details of works on hand and yet to be completed as on the date of submission of the
Tender and works for which Tenders have been submitted are to be furnished (in case of
FIRM/COMPANY, each partner).
B) Details of works for which Tenders are submitted / likely to be awarded (in case of
FIRM/COMPANY, each partner).
Address of Stipulated
Estimated Date on which
Name of Tendering period of Present stage of
Sl. No. value of tender was
work inviting comple- Tender.
work submitted
Authority tion
1 2 3 4 5 6 7
STATEMENT - V
The Bidder should furnish the information required below, regarding the availability
of the equipments, required for construction / quality control. (in case of FIRM/COMPANY,
each partner).
Number
Leased
Owned
Sl. Details of Number (lease deed for the work
(Latest Certificate issued by
No. Equipment required tendered and proof of owning
E.E /Invoices/
machinery of lessee
registration certificate should be
Certificate issued by E.E
enclosed)
should be enclosed)
1 2 3 4 5
The Bidders has to submit either a certificate issued by the Executive Engineer and a
Declaration on non judicial stamp paper worth Rs 100/- as prescribed in statement-V given
above along with sufficient proof of document in support of owning such as Invoice /
Certificate of Registration by competent authority in support of the critical equipments.
STATEMENT – VI.
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed for execution
of the Contract. (in case of FIRM/COMPANY, each partner).
Attach qualification certificates along with consent letters of Key personnel to work with the
bidder. Key personnel already employed in other ongoing works of the bidder and working in
other firms/ companies shall not be considered
STATEMENT - VII
Date: ……………
To
The Regional Officer (PH),
PR Rangareddy,
Sir,
I/WE have also quoted percentage (both in words and figures) excess or less or at par on
E.C.V., in Schedule ‘A’ Part-I, annexed for which I/We agree to execute the work when the
lump sum payment under the terms of the agreement is varied by payment on measurement
quantities.
I/WE have quoted Percentage excess or less or at par on E.C.V., in Schedule ‘A’ Part – I. In
case of any discrepancy between the percentage excess or less or at par on E.C.V., the
percentage quoted in words only shall prevail.
I/WE agreed to keep the offer in this tender valid for a period mentioned in the tender notice
and not to modify the whole or any part of it for any reason within above period. If the
tender is withdrawn by me/us for any reasons whatsoever, the earnest money paid by me/us
will be forfeited to Government
I/WE hereby distinctly and expressly, declare and acknowledge that, before the submission of
my/our tender I/We have carefully followed the instructions in the tender notice and have
read the A.P.S.S. as adopted Telangana State and the preliminary specifications therein and
the A.P.S.S. addenda volume as adopted Telangana State and that I/We have made such
examination of the contract documents and the plans, specifications and quantities and
amendments if any the location where the said work is to be done, and such investigation of
the work required to be done, and in regard to the material required to be furnished as to
enable me/us to thoroughly understand the intention of same and the requirements, covenants,
agreements, stipulations and restrictions contained in the contract, and in the said plans and
specifications and distinctly agree that I/We will not hereafter make any claim or demand
upon the Government based upon or arising out of any alleged misunderstanding or
misconception /or mistake on my / our part of the said requirement, covenants, agreements,
stipulations, restrictions and conditions etc.
Signature of the Bidder
I / WE shall not assign the contract or sublet any portion of the same except the conditions in
clause 5.1 of General conditions of contract. In case if it becomes necessary such subletting
with the permission of the Executive Engineer shall be limited to (1) Labour contract, (2)
Material contract, (3) Transport contract and (4) Engaging specialists for special item of work
enjoined in A.P.S.S.
I / WE fully understand that the written agreement to be entered into between me/us and the
Government shall be the foundation of the rights of the both the parties and the contract shall
not be deemed to be complete until the agreement has first been signed by me/us and then by
the proper officer authorized to enter into contract on behalf of Government.
I AM/WE ARE professionally qualified and my/our qualifications are given below:
Qualification
Name
I / WE will employ the following technical staff for supervising the work and will
see that all of them are always at site during working hours, personally checking
all items of works and to pay extra attention to such works as required special
attention (e.g.) Reinforced concrete work etc.
Name of members of technical staff proposed to be
Qualification.
employed
I/ We declare that, I/We agree for recovery of the salaries of the technical staff actually
engaged on the work by the department at the rate of three (3) times the respective SoR
rate from the work bills, if I/We fail to employ technical staff as per the tender conditions.
(1) I/WE hereby declare that I / We have perused in detail and examined closely the A.P
Standard Specifications, all clauses of the preliminary specifications with all
amendments and have either examined all the standards specifications or will examine
all the standard specifications for items for which I/We tender, before I/We submit
such tender and agree to be bound and comply with all such specifications for this
agreement which I/We execute in the -----------------Department.
(2) I / WE certify that I / we have inspected the site of the work and required quarries
before quoting my / our Percentage excess or less or at par on ECV, I /we have
satisfied about the quality, availability and transport facilities for stones, sand and
other materials.
(3) I / WE am/are prepared to furnish detailed data in support of all my quoted
percentage, if and when called upon to do so without any reservations.
(4) I / WE hereby declare that I / We will accept the recovery of further security deposit
of 7 ½% from Running Account bills.
(5) I / WE hereby declare that I am / we are accepting for the defect liability period as
prescribed.
(6) a) I / We declare that I / WE will procure the required construction materials
including earth and use for the work after approval of the Engineer-in-Charge.
The responsibility for arranging and obtaining the land for borrows and or
exploration in any other way shall rest with me/us for the materials for
construction, if not specified otherwise. I/We shall ensure smooth and un-
interrupted supply of materials.
b) I/We declare that the responsibility for arranging and obtaining the land for
disposal of spoil/soil not useful for construction purposes shall rest with me/us.
c) I/We declare that I/We shall not claim any compensation or any payment for the
land so arranged for disposal of soil and the land for borrow area. My / our
quoted percentage excess or less or at par on ECV., is inclusive of the land so
arranged and I / We will hand over the land so arranged for disposal of soil to; the
department after completion of work.
d) I/We declare that I/WE will not claim any extra amount towards any material used
for the work other than the quoted items for respective schedule ‘A’ items.
e) I/We declare that I/WE will execute the work as per the mile stone programme,
and if I/WE fail to complete the work as per the mile stone programme I / We
abide by the condition to recover liquidated damages as per the tender conditions.
(f) I/We declare that I/WE will abide for settlement of disputes as per the tender
conditions.
1) I/WE have not been black listed in any department in Telangana or in any State due to
any reasons.
2) I/WE have not been demoted to the next lower category for not filing the tenders after
buying the tender schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and
to summarily reject my/our tender.
4) I/WE agree to disqualify and blacklist me/us, if it comes to the notice of tender
inviting authorities that the documents submitted by me /us are not genuine.
Phone No.:
Fax No.:
Signature of the Bidder
1.2 The documents forming the Contract shall be interpreted in the following order of
priority:
1) Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Contractor’s Tender (Technical bid)
4) Conditions of contract
5) Specifications
6) Drawings
7) Bill of quantities (Price-bid)
8) Any other document listed as forming part of the Contract.
2. Engineer-in-Charge’s Decisions:
2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the
contractual matters between the Department and the Contractor in the role
representing the Department.
3. Delegation:
3.1 The Engineer-in-charge may delegate any of his duties and responsibilities to other
officers and may cancel any delegation by an official order issued.
4. Communications:
4.1 Communications between parties, which are referred to in the conditions, are effective
only when it is in writing. A notice shall be effective only when it is delivered (in
terms of Indian Contract Act).
5. Sub-contracting:
5.1 If the prime contractor desires to sub-let a part of the work, he should submit the same
at the time of filing tenders itself or during execution, giving the name of the proposed
Sub-contractor, along with details of his qualification and experience. The Tender
Accepting Authority should verify the experience of the Sub-contractor
and if the Sub-contractor satisfies the qualification criteria in proportion to the value
of work proposed to be sub-let, he may permit the same. The total value of works to
be awarded on sub-letting shall not exceed 45% of contract value. The extent of
subletting shall be added to the experience of the sub-contractor and to
that extent deducted from that of the main contractor. It is the responsibility of the
main contractor to clear the liabilities if any that arise on the portion of the work
executed by the sub contractor till the end of the defect liability period of the work.
6. Other Contractors:
6.1 The Contractor shall cooperate and share the Site with other contractors, Public
authorities, utilities, and the Department. The Contractor shall also provide facilities
and services for them as directed by the Engineer-in-charge.
7. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule or other personnel
approved by the Engineer-in-charge. The Engineer-in-charge will approve any
proposed replacement of Key Personnel only if their qualifications, abilities, and
relevant experience are substantially equal to or better than those of the personnel
listed in the Schedule.
7.2 The technical personnel should be on full time and available at each work site
whenever required by Engineer- in- Charge to take instructions.
7.3 The names of the technical personnel to be employed by the contractor should be
furnished in the statement enclosed separately.
7.4 In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate technical
personnel on each work.
7.5 If the contractor fails to employ required technical personnel during execution of
work, such work will be suspended and department will have liberty to engage
required technical personnel on the work and penalty shall be imposed at the rate of
three (3) times the respective SoR Rate towards engaging technical personnel by the
Engineer-in-Charge and the same shall be recovered from the work bills of the
Contractor.
7.6 If the Engineer-in-charge asks the Contractor to remove a person who is a member of
Contractor’s staff or his work force stating the reasons, the Contractor shall ensure
that the person leaves the site forthwith and has no further connection with the work
in the contract.
8. Contractor’s Risks:
8.1 All risks of loss or damage to physical property and of personnel injury and death,
which arise during and in consequence of the performance of the Contract, are the
responsibility of the Contractor.
9. Insurance:
10.1 The contractor should inspect the site and also proposed quarries of choice for
materials, source of water and quote his percentage including quarrying, conveyance
and all other incidental charges etc.
10.2 The responsibility for arranging the land for borrow area rests with the Contractor and
no separate payment will be made for procurement or otherwise. The contractor’s
quoted percentage will be inclusive of land cost.
11.1 The Contractor shall construct and Commission the Work in accordance with the
specifications and Drawings.
12.1 The contractor shall at all times carry out construction of cross drainage works in a
manner creating least interference to the natural flow of water while consistent with
the satisfactory execution of work. The contractor at his cost shall form a temporary
diversion wherever necessary. No extra payment shall be made for this work.
12.2 [Deleted]
12.3 The work of diversion arrangements should be carefully planned and prepared by the
contractor and forwarded to the Executive Engineer technically substantiating the
proposals and approval of the Executive Engineer obtained for execution.
12.4 [Deleted]
12.5 All the arrangements so required should be carried out and maintained at the cost of
the contractor and no separate or additional payments are admissible.
Necessary cofferdams and ring bunds have to be constructed at the cost of contractor
and same are to be removed after the completion of the work. The contractor has to
quote his percentage keeping the above in view.
13.1 The contractor shall make his own arrangements for obtaining power from the
Electricity dept., at his own cost. The contractor will pay the bills of Electricity
Department for the cost of power consumed by him.
13.2 The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45(I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
13.3 The power shall be used for bonafide Departmental work only.
14. Temporary Diversions (Works on Highways)
14.1 The contractor shall at all times carryout work on the highway in a manner creating
least interference to the flow of traffic while consistent with the satisfactory execution
of the same. For all works involving improvements to the existing highway, the
contractor shall in accordance with the directions of the Engineer-in-charge provide
and maintain during the execution of the work a passage for traffic, either along a part
of the existing carriage way under improvement or along a temporary diversion
constructed close to the highway.
14.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on
part-width of the carriageway for any reason, a temporary diversion close to the
highway shall be constructed as directed. It shall be paved with the materials such as
hard Morum, Gravel and stone, metal to the specified thickness as directed by the
Engineer-in-Charge. In all cases, the alignment, gradients and surface type of the
diversion including its junctions, shall be approved by the Engineer-in-charge before
the highway is closed to traffic.
14.3 The contractor shall take all necessary measures for the safety of traffic during
construction and provide, erect and maintain such barricades, including signs,
markings, flags, lights and information and protection of traffic approaching or
passing through the section of the highway under improvement. Before taking up any
construction, an agreed phased programme for the diversion of traffic on the highway
shall be drawn up in consultation with the Engineer-in-charge.
14.4 The barricades erected on either side of the carriage way portion of the carriage way
closed to traffic, shall be of strong design to resist violation and painted with
alternative black and white stripe. Red lanterns or warnings lights of similar type shall
be mounted on the barricades at night and kept lit throughout from sunset to sunrise.
15. Ramps:
Ramps required during execution may be formed wherever necessary and same are to
be removed after completion of the work. No separate payment will be made for this
purpose.
16. Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made good
by the contractor till the work is handed over to the Department. The responsibility of
de-silting and making good the damages due to rain or flood rests with the contractor.
No extra payment is payable for such operations and the contractor shall therefore,
have to take all necessary precautions to protect the work done during the
construction period.
iv) Illumination
Illumination shall be adequately provided at work sites during night
time even if there is no activity at site, including at entry and exit
points to work sites.
Construction workers during night shift shall wear high visibility
clothing and headgear like fluorescent jacket and reflective safety
hat.
Temporary lighting arrangements shall be made for entire
construction period to provide adequate illumination to road users
adjacent to construction site at all locations. Alternately, Electricity
generator set shall be made available for power cuts and wherever
connection from electric lines is not possible.
v) Security
19. Discoveries:
19.1 Anything of historical or other interest or of significant value discovered on the Site is
the property of the Government. The Contractor is to notify the Engineer-in-charge of
such discoveries and carry out the Engineer-in-Charge’s instructions for dealing with
them.
20. Possession of the Site.
20.1 The Department shall give possession of the site to the Contractor. If possession of a
part site is given, the Department will ensure that the part site so handed over is
amenable to carry out the work at site by the Contractor.
21. Access to the Site:
21.1 The Contractor shall provide the Engineer-in-Charge and any person authorized by
the Engineer-in-Charge, access to the site and to any place where work in connection
with the Contract is being carried out or is intended to be carried out.
22. Instructions:
22.1 The Contractor shall carry out all instructions of the Engineer-in-charge and comply
with all the applicable local laws where the Site is located.
23. Settlement of disputes:
23.1 If any dispute of difference of any kind whatsoever arises between the department and
the Contractor in connection with, or arising out of the Contract, whether during the
progress of the works or after their completion and whether before or after the
termination, abandonment or breach of the Contract, it shall in the first place, be
referred to and settled by the Engineer-in-charge who shall, within a period of thirty
days after being requested by the Contractor to do so, give written notice of his
decision to the Contractor. Upon receipt of the written notice of the decision of the
Engineer-in-Charge the Contractor shall promptly proceed without delay to comply
with such notice of decision.
23.2 If the Engineer-in-Charge fails to give notice of his decision in writing within a period
of thirty days after being requested or if the Contractor is dissatisfied with the notice
of the decision of the Engineer-in-Charge, the Contractor may within thirty days after
receiving the notice of decision, appeal to the agreement concluding authority who
shall offer an opportunity to the contractor to be heard and to offer evidence in
support of his appeal, the agreement concluding authority shall give notice of his
decision within a period of thirty days after the Contractor has given the said evidence
in support of his appeal, subject to arbitration, as hereinafter provided. Such decision
of the agreement concluding authority in respect of every matter so referred shall be
final and binding upon the Contractor and shall forthwith be given effect to by the
Contractor, who shall proceed with the execution of the works with all due diligence
whether he requires arbitration as hereinafter provided, or not. If the agreement
concluding authority has given written notice of his decision to the Contractor and no
claim to arbitration, has been communicated to him by the Contractor within a period
of thirty days from receipt of such notice the said decision shall remain final and
binding upon the Contractor. If the agreement concluding authority fail to give notice
of his decision, as aforesaid within a period of thirty days after being requested, or if
the Contractor be dissatisfied with any such decision, then and in any such case the
contractor within thirty days after the expiration of the first named period of thirty
days as the case may be, require that the matter or matters in dispute be referred to
arbitration as detailed below:-
SETTLEMENT OF CLAIMS:
All claims of above Rs.50, 000/- are to be settled by a Civil Court of competent
jurisdiction by way of civil suit and not by arbitration.
The contractor shall make a reference for adjudication under these clauses within six
Months from the date of intimating the contractor of the preparation of final bill or his
having accepted payment whichever is earlier.
24. PROGRAM:
24.1 The total period of completion (As per NIT) from the date of entering with agreement
including Monsoon period. Keeping in view, the schedule for handing over of site of work
should be programmed such as to achieve the milestones as in “Rate of progress statement”
enclosed.
24.2 The attention of the Bidder is directed to the contract requirement at the time of beginning of
the work, the rate of progress and the dates for the whole work and its several parts as per
milestones. The following rate of progress and proportionate value of work done from time
to time as will be indicated by the Executive Engineer’s Certificate for the value of work done
and completion of milestones will be required. Date of handing over of site and
commencement of their programme will be the date of concluding agreement.
24.3 After signing the agreement, the contractor shall forthwith begin the work, and shall regularly
and continuously proceed with the work.
24.6 The contractor shall commence the works on site within the period specified under
condition above after the receipt by him of a written order to this effect from the
Engineer-in-charge and shall proceed with the same with due expedition and without
delay, except as may be expressly sanctioned or ordered by the Engineer- in-charge,
or be wholly beyond the contractor’s control.
24.7 Save in so far as the contractor may prescribe, the extent of portions of the site of
which the contractor is to be given possession from time to time and the order in
which such portions shall be made available to him and, Subject to any requirement in
the contract as to the order in which the works shall be executed, the Engineer-in-
Charge will, with his written order to commence the works, give to the contractor
possession of so much of the site as may be required to enable the contractor to
commence and proceed with the execution of the works in accordance with the
programme if any, and otherwise in accordance with such reasonable proposals of the
contractor as he shall by written notice to the Engineer-in-Charge, may from time to
time as the works proceed, give to the contractor possession of such further portions
of the site as may be required to enable the contractor to proceed with the execution of
the works with due dispatch in accordance with the said programme or proposals as
the case maybe ; if the contractor suffers delay or incurs cost from failure on the part
of the Engineer-in-charge to give possession in accordance with the terms of this
clause, the Engineer-in-Charge / Competent Authority shall grant reasonable
extension of time for the completion of works.
24.8 The contractor shall bear all costs and charges for special or temporary way required
by him in connection with access to the site.
24.9 Subject to any requirement in the contract as to completion of any section of the
works before completion of the whole of the works shall be completed in accordance
with provisions of clauses in the Schedule within the time stated in the contract.
25.1 The Contractor shall at all times maintain the progress of work to conform to the
latest operative progress schedule approved by the Engineer-in-Charge. The
contractor should furnish progress report indicating the programme and progress once
in a month. The Engineer-in-Charge may at any time in writing direct the contractor
to slow down any part or whole of the work for any reason (which shall not be
questioned) whatsoever, and the contractor shall comply with such orders of the
Engineer-in-Charge. The compliance of such orders shall not entitle the contractor to
any claim of compensation. Such orders of the Engineer-in-Charge for slowing down
the work will however be duly taken into account while granting extension of time if
asked by the contractor for which no extra payment will be entertained.
If, at any time, the Engineer-in-Charge shall be of the opinion that the Contractor is
delaying Commencement of the work or violating any of the provisions of the
Contract, or is neglecting or delaying the progress of the work as defined by the
tabular statement. “Rate of progress” in the Articles of Agreement”, he shall so advise
the Contractors in writing and at the same time demand compliance in accordance
with conditions of Contract. If the Contractor neglects to comply with such demand
within seven days after receipt of such notice, it shall then or at any time thereafter, be
lawful for the Engineer-in-Charge to take suitable action in accordance with Clause
60 of APSS as adopted for Telangana State.
26.1 If the Contractor suspend the works, or sublet the work without sanction of the
Engineer-in-Charge, or in the opinion of the Engineer-in-Charge shall neglect or fail
to proceed with due diligence in the performance of his part of the Contract as laid
down in the Schedule rate of progress, or if he shall continue to default or repeat such
default in the respects mentioned in clause.27 of the APSS Engineer-in-Charge shall
take action in accordance with Clause 61 of APSS as adopted for Telangana State.
26.2 If the Contractor stops work for 28 days and the Stoppage has not been authorized by
the Engineer-in-Charge who shall take action as per Clause 61 of APSS as adopted for
Telangana State.
26.3 If the Contractor has delayed the completion of works the Engineer-in-Charge shall
take action as per Clause.61 of APSS as adopted for Telangana State.
27.1 Engineer-in-charge shall extend the intended completion date for reasonable time, in
accordance with the codal provisions, if a Variation is issued which makes it
impossible for Completion to be achieved by the Intended Completion Date.
27.2 The Engineer-in-Charge shall decide whether and by how much to extend the
Intended Completion Date within 21 days of the Contractor asking the Engineer for a
decision upon the effect of a Variation and submitting full supporting information. If
the Contractor has failed to give early warning of a delay or has failed to cooperate in
dealing with a delay, the delay by this failure shall not be considered in assessing the
new Intended Completion Date.
28.1 The Engineer-in-Charge may instruct the Contractor to delay the start or progress of
any activity within the Work, considering suitable extension of time.
29.2 The Contractor shall cooperate with the Engineer-in-Charge in making and
considering proposals for how the effect of such an event or circumstance can be
avoided or reduced by anyone involved in the work and in carrying out any resulting
instruction of the Engineer-in-Charge.
30.1 The Engineer-in-Charge may require the Contractor to attend a management meeting.
The business of a management meeting shall be to review the programme for
remaining work and to deal with matters raised in accordance with the early warning
procedure.
C. QUALITY CONTROL
31. Identifying Defects:
31.1 The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor
of any Defects that are found. Such checking shall not affect the Contractor’s
responsibilities. The Engineer-in-Charge may instruct the Contractor to verify the
Defect and to uncover and test any work that the Engineer considers may be a Defect.
35 Uncorrected Defects:
35.1 If the contractor has not corrected the defect within the time specified in the notice of
the Engineer-in-Charge will assess the cost of having the defect corrected and the
contractor shall pay this amount or it will be recovered from dues to Contractor.
35.2 The Engineer-in-Charge shall introduce O.K cards and prescribe the formats thereof,
O.K cards shall relate to all major components of the work. The contractor / his
authorized representative shall be required to initiate and fill in and present the O.K
card to the construction staff that would check the respective items and send to
Engineer-in-Charge or his representative for final check and clearance / O.K. Any
defects pointed out by the supervision staff of department shall promptly be attended
to by the Contractor and the fact of doing so be duly recorded on the back of O.K.
card.
35.3 The Engineer-in-Charge may also introduce check lists which shall be kept in Bound
registers by the construction supervision staff. The Contractor may be required to fill
up these lists in the first instance and shall be subsequently checked by the Quality
Control Engineers.
36 Quality Assurance:
The Contractor shall submit quality assurance plan within one month from the
Commencement Date for approval of Engineer-in-charge. The Contractor shall
institute a quality assurance system to demonstrate compliance with the requirements
of the Contract. The system shall be in accordance with the details stated in the
Contract. The Engineer-in-charge shall be entitled to audit any aspect of the system.
Quality control monitoring reports, test results, reports of corrective action etc., shall
be furnished to the Engineer-in-charge at regular intervals.
Quality Audit will be got conducted by the Engineer-in-Charge departmentally or by
other organization and the contractor shall extend the testing facilities to them also at
his cost.
The Contractor shall produce the Quality records maintained by him to the Engineer-
in-charge for the quality audit.
36.2 The Contractor shall submit the Quality Management Plan and also show proof of
owning Quality Laboratory or having tie-up with other established Quality Testing
Laboratories for the Contract work indicating the following, within one month from
the Commencement Date for approval of Engineer-in-charge.
(a) The quantum of work to be done, quantities of various materials required and the
electrical and mechanical equipment to be installed.
(b) The number of tests to be conducted for various materials, electrical and
mechanical equipment and also for finished items of work as per the I.S Codes
and other codes like IRC codes at the frequencies mentioned in MoRTH &
MoRD Specifications or any other relevant codes.
(c) The details field laboratories and testing facilities available for conducting the
above tests.
(d) MOU with external laboratories approved by the Government for conducting
required tests on equipment and materials.
(f) The personnel of contractor in-charge of quality management with their names,
duties and authority. The qualifications of the persons in-charge of collecting
samples, testing materials, testing equipment and finished item work, persons in-
charge of quality assurance with powers to reject the defect work, the process of
rectification of defects and deficiencies, the process of corrective actions for
avoiding recurrence of defects.
(g) Any other information that may be required by the Engineer-in-charge.
(h) Copies of the quality management plan have to be furnished to the Engineer-in-
Charge.
D COST CONTROL
37 Bill of Quantities:
37.1 The Bill of Quantities shall contain items for the construction work to be done by the
Contractor.
37.1 The Contractor is paid for the quantity of the work done at the scheduled rate in the
Bill of Quantities for each item plus or minus Tender percentage.
38.1 The contractor is bound to execute all supplemental works that are found essential,
incidental and inevitable during execution of main work.
38.2 The payment of rates for such supplemental items of work will be regulated as under;
38.2.1 Supplemental items directly deducible from similar items in the original agreement
The rates shall be derived by adding to or subtracting from the agreement rate of
such similar item the cost of the difference in the quantity of materials labour
between the new items and similar items in the agreement worked out with reference
to the Standard Schedule of Rates adopted in the sanctioned estimate with which the
tenders are accepted plus or minus over all tender percentage.
38.2.1.1 (a) Similar items but the rates of which cannot be directly deduced from the original
agreement.
(b) Purely new items, which do not correspond to any item in the agreement
(For SoR items only).
The rates of all such items shall be Estimated Rates plus or minus overall Tender
percentage.
39 Extra Items:
39.1 Extra items of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of work as directed by the Engineer-in-Charge. The Engineer-in-
Charge shall work out the rates for extra items as per the conditions of the contract
and the same are binding on the Contractor.
39.2 Entrustment of additional items:
39.2.1 Where ever additional items not contingent on the main work and outside the scope
of original agreement are to be entrusted to the original contractor, if he is willing
dispensing with bids and if the value of such items exceeds the limits up to which the
39.2.2 Entrustment of the additional items contingent on the main work will be authorized by
the officers up to the monetary limits up to which they are competent to accept items
in the original agreement so long as the total amounts up to which they are competent
to accept in an original agreement rates for such items shall be worked out in
accordance with the procedure above. For all items of work in excess of the quantities
shown in the Bill of Quantities of the Tenders, the rate payable for such items shall be
scheduled rates for the items (+) or (-) over all tender percentage accepted by the
competent authority.
39.2.3 A Competent Authority shall, subject to the provisions of the agreement, entrust either
the additional or supplemental items after the tender is accepted. The Regional Officer
(Employer) being the authority next higher to the Executive Engineer (Engineer-in-
Charge) approves the rate for the items / variation in quantity in the current
agreement. No items shall be ordered by an officer on his own responsibility if the
revised estimate or deviation statement providing for the same requires the sanction of
higher authority.
40 Payments:
40.1 Payment for the work done by the contractor will be made for the finished work based
on the measurements recorded in measurement books by any officer of the department
not lower in rank than a Assistant Engineer and check measured by any officer not
lower in rank than a Deputy Executive Engineer. The measurement shall be recorded
at various stages of the work done and also after work is completed. The contractor
shall be present at the time of recording of each set of measurement and their check
measurement and accept them then and there so as to avoid disputes at a later stage. If
the contractor is not available at the work spot at the time of recording measurements
or check measurements the particulars of measurements shall be signed by the
authorized agent of contractor based on which the contractor shall accept the set of
measurements without any further dispute. If for any reason the contractor’s
authorized agent is also not available at site the contractor is bound to accept the
measurement. When the department decides to suspend the work, recording of
measurements in the absence of the contractor or his authorized representative the
department shall not entertain any claim from the contractor for any loss incurred by
him on this account.
40.2 Payments and Certificates:
40.2.1 Payments shall be adjusted for recovery of advance payments if any,
liquidated damages, security deposits in terms of tender conditions for the due
fulfillment of the contract. Intermediate payment will be the sum equal to 92½% of
the value of work done and balance of 7½% will be withheld and retained as security
for the due fulfillment of the contract.
i) The payment authority shall retain 7.5% of the value of work done for each and
every part bill towards Further Security Deposit (FSD).
40.2.2 Upon successful work completion, the payment authority shall retain 7.5% of the
value of work done towards FSD.
40.2.3 In case of over payments or wrong payment if any made to the contractor due to
wrong interpretation of the provisions of the contract, APSS as adopted for Telangana
State or Contract conditions etc., such unauthorized payment will be deducted in the
subsequent bills or final bill for the work or from the bills under any other contracts
with the Government or at any time thereafter from the deposits available with the
Government.
40.2.4 Any recovery or recoveries advised by the Government Department either state or
central, due to non-fulfillment of any contract entered into with them by the contractor
shall be recovered from any bill or deposits of the contractor.
40.2.5 No claim shall be entertained, if the same is not represented in writing to the
Engineer-in-Charge within 15 days of its occurrence.
40.2.6 The contractor is not eligible for any compensation for inevitable delay in handing
over the site or for any other reason. In such case, suitable extension of time will be
granted after considering the merits of the case.
40.2.7 No compensation for delayed payment shall be made
40.2.8 Delay in payment cannot be an excuse for slow rate of /deceleration of the progress of
the work.
40.2.9 Delayed work on the pretext of Delayed payment also entails liquidated damages.
However, department will make every effort for prompt payment of R.A.Bills
40.3 Intermediate Payments:
All Running Account bill payments are deemed to be advance payments (as per
P.W.A. Code)
41 Interest on Money due to the Contractor:
41.1 Interest on money due to the contractor is not admissible.
42 Certificate of Completion of works:
42.1 When the whole of the work has been completed and has satisfactorily passed any
final test that may be prescribed by the Contract, the Contractor may give a notice to
that effect to the Engineer-in-Charge accompanied by an undertaking to carry-out any
rectification work during the period of maintenance, such notice and undertaking shall
be in writing, to issue a Certificate of completion in respect of the Works. The
Engineer-in-Charge shall, within twenty one days of the date of delivery of such
notice either issue to the Contractor, a certificate of completion stating the date on
which, in his opinion, the works were completed in accordance with the Contract or
give instructions in writing to the Contractor specifying all the Works which, in the
Engineer-in-Charge'’ opinion, required to be done by the Contractor before the issue
of such Certificate. The Engineer-in-Charge shall also notify the Contractor of any
defects in the Works affecting completion that may appear after such instructions and
before completion of the Works specified there in. The Contractor shall be entitled to
receive such Certificate of the Completion within twenty-one days of completion to
the satisfaction of the Engineer-in-Charge of the Works so specified and making good
of any defects so notified.
42.2 Similarly, the Contractor may request and the Engineer-in-Charge shall issue a
Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works, which has been both, completed
to the satisfaction of the Engineer-in-Charge and occupied or used by the
Department.
43 Taxes included in the bid:
43.1 The percentage quoted by the contractor shall be deemed to be inclusive of all the
taxes that the contractor will have to pay for performance of this contract, excepting
the taxes specifically mentioned as reimbursable.
43.2 CGST/SGST is reimbursable as per prevailing orders subject to TDS & production of
invoices.
44 Price Adjustment:
The price adjustment will be applicable as per the orders issued vide the following Gos.
(Amendments as applicable from time to time)
1. G.O.Ms.No.1 Finance (W & P-F7) Dt. 25-02-2012
2. G O Ms No. 23 PR&RD Dept. Dt. 11-2-2014 (the Price variation clause over
and above 5% should be applied on either side(increase or decrease) and
hence whenever there is decrease in price, recovery should be made from the
contractor beyond 5% only similar to when there is increase in price)
3. G.O. Ms. No. 94 of T R&B (RI), Dept. Dt. 16-04-2008.
4. G.O. Rt. No. 910 MAUD (A2) Dept., Dt. 21-06-2008.
5. G.O. Ms. No. 252 of T R & B (RI), Dept. Dt. 28-08-2008.
6. G.O. Ms. No. 269 of T R & B (RI), Dept. Dt. 15-09-2008.
Retention:
45.1 The department shall retain from each payment due to the contractor at the rate of
7.5% of bill amount until completion of the whole of the Works.
45.2 On completion of the whole of the Works (and conclusion of O&M agreement
separately with the ULB), out of 7½% of the amount retained phase-wise release will
be made as per above clause 40.4.
46 Liquidated Damages:
46.1 If for any reason, which does not entitle the contractor to an extension of time, the rate
of progress of works, in the opinion of the Regional Officer is too slow to ensure
completion by the prescribed time or extended time for completion, Regional Officer
shall so notify the contractor in writing and the contractor shall there upon take such
steps as are necessary and the Regional Officer/Executive Engineer may approve to
expedite progress so as to complete the works or such section by the prescribed time
or extended time. The contractor shall not be entitled to any additional payment for
taking such steps. If as a result of any notice given by the Regional Officer under this
clause the contractor shall seek the Regional Officer permission to do any work at
night or on Sundays, if locally recognized as days or rest, or their locally recognized
equivalent, such permission shall not be unreasonably refused.
46.2 If the contractor fails to complete whole of the works or any part thereof or section of
the works within the stipulated periods of individual mile stones (including any
bonafide extensions allowed by the competent authority without levying liquidated
damages), the Regional Officer may without prejudice to any other method of recovery
will deduct one tenth of one percent of contract value of the relevant milestone per
calendar day or part of the day for the period of delays subject to a maximum of 10% of
the contract value.
46.3 The payment or deductions of such damages shall not relieve the contractor from his
obligation to complete the works, or from any other of his obligations and liabilities
under the contract.
46.4 The liquidated damages for water supply and UGD are levied separately and added up
& are levied as below.
Sl. Description Cumulative % of Liquidated Damage to be
No work to be imposed.
completed
1 1st Mile stone at the Rs.100/- per day per Lakh of
33
end of 3 months unfinished value of work
2 2nd Mile stone at the Rs.100/- per day per Lakh of
66
end of 6 months unfinished value of work
3 3rd Mile stone at the Rs.100/- per day per Lakh of
100
end of 09 months unfinished value of work
The maximum amount of liquidated damages for the whole of the works is ten percent
of final contract price.
47. Securities:
47.1
The Earnest Money Deposit and Additional Security (for discount tender percentage
beyond 10% as per Clause 3.60) shall be provided to the Department not later than the
date specified in the Letter of Acceptance and shall be issued for an amount by a bank
acceptable to the Department. The Earnest Money shall be valid until a date 28 days
from the date of expiry of Defects Liability Period and the additional security shall be
valid until a date 28 days from the date of issue of the certificate of completion.
48.1 The Contractor at his own cost shall remedy loss or damage to the Works or materials
to the Works between the Start Date and the end of the Defects Correction Periods if
the loss or damage arises from the Contractor’s acts or omissions.
49 Completion:
50 Taking Over:
51.1 The Department shall take over the Site and the Works within seven days of the
Engineer-in-Charge issuing a certificate of Completion.
51 Termination:
51.1 The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract.
51.2 Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Contractor stops work for 28 days when no stoppage of work is shown on
the current program and the stoppage has not been authorized by the Engineer-in-
Charge.
e) The Contractor has delayed the completion of works by the number of days
for which the maximum amount of liquidated damages can be paid as defined.
For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official
in the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment of the Government and includes collusive
practice among Bidders (prior to or after Tender submission) designed to establish
Tender prices at artificial non-competitive levels and to deprive the Government of
the benefits of free and open competition.
51.3 Notwithstanding the above the Department may terminate the contract for
convenience.
51.4 The entire process of Termination shall be completed within a period of 60 days
from the date of issue of Notice by the Regional Officer (Agreement authority /
Employer). The termination orders should be given by the Agreement authority.
51.5 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured in the presence of Engineer-in-Charge or his representative not
below the level of Deputy Executive Engineer, leave the Site as soon as possible.
53 Property:
53.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed
to be the property of the Department if the Contract is terminated because of
Contractor’s default.
54.1 If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Department or the Contractor, the Engineer-in-Charge
shall certify that the contract has been frustrated. The Contractor shall make the site
safe and stop work as quickly as possible after receiving this certificate and shall be
paid for all works carried out before receiving it and for any work carried out after-
words to which commitment was made.
The contractor will pay the bills of Electricity towards the cost of power consumed by
him.
The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
a) The contractor has to make his own arrangements for the supply of electric power for
domestic purposes and the charges for this purpose have to be paid by him at the rates
as fixed by the Electricity authority from time to time.
b) The contractor will have to make his own arrangements to lay and maintain the
necessary distribution lines and wiring for the camp at his own cost. The layout and
the methods of laying the lines and wiring shall have the prior approval of the
Engineer-in-Charge. All camp area shall be properly electrified. All lines, streets,
approaches for the camp etc., shall be sufficiently lighted for the safety of staff and
labour of the contractor, at the cost of the Contractor and it will be subject to the
approval of the Engineer-in-Charge.
3 Land:
3.1 Land for Contractor’s use:
The contractor will be permitted to use Government land for execution of work. The
contractor shall have to make his own arrangements for acquiring and clearing the
site, leveling, providing drainage and other facilities for labour / staff colonies, site
office, workshop or stores and for related activities. The Contractor shall apply to the
Department within a reasonable time after the award of the contract and at least 30
days in advance of its use, the details of land required by him for the work at site and
the land required for his camp and should any private land which has not been
acquired, be required by the contractor for his use. The contractor at his own cost
may acquire the same by private negotiations and no claim shall be admissible to him
on this account.
The Engineer-in-Charge reserves the right to refuse permission for use of any
government land for which no claim or compensation shall be admissible to the
contractor. The contractor shall, however, not be required to pay cost or any rent for
the Government land given to him.
3.2 Surrender of Occupied Land:
a) The Government land as here in before mentioned shall be surrendered to the
Engineer-in-Charge within seven days, after issue of completion certificate or
termination of the contract. Also no land shall be held by the contractor longer than
the Engineer-in-Charge shall deem necessary and the contractor shall on the receipt of
due notice from the Engineer-in-Charge, vacate and surrender the land which the
Engineer-in-Charge may certify as no longer required by the Contractor for the
purpose of the work.
b) The contractor shall make good to the satisfaction of the Engineer-in-Charge any
damage to areas, which he has to return or to other property or land handed over to
him for purpose of this work. Temporary structures may be erected by the contractor
for storage sheds, offices, residences etc., for non-commercial use, with the
permission of the Executive Engineer on the land handed over to him at his own cost.
At the completion of the work these structures shall be dismantled site cleared and
handed over to the Executive Engineer. The land required for providing amenities
will be given free of cost from Government lands if available otherwise the contractor
shall have to make his own arrangements.
3.3 Contractor not to dispose off Spoil etc.:
The contractor shall not dispose off or remove except for the purpose of fulfillment of
this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials
obtained in the excavation made or lying on the site of the work, and all such
materials and produce shall remain property of the Government. The Department
may upon request from the contractor, or if so stipulated in the conditions of the
contract allow the contractor to use any of the above materials for the works either
free of cost or after payment as may be specifically mentioned or considered
necessary during the execution of the work.
4 Roads:
4.1 In addition to existing public roads and roads Constructed by Government, if any, in
work area all additional approach roads inside work area and camp required by the
Contractor shall be constructed and maintained by him at his own cost. The layout
design, construction and maintenance etc. of the roads shall be subject to the approval
of the Engineer-in-Charge. The contractor shall permit the use of these roads by the
Government free of charge.
4.2 It is possible that work at, or in the vicinity of the work site will be performed by the
Government or by other contractors engaged in work for the Government during the
contract period, the contractor shall without charge permit the government and such
other contractor and other workmen to use the access facilities including roads and
other facilities, constructed and acquired by the contractor for use in the performance
of the works.
4.3 The contractor’s heavy construction traffic or tracked equipment shall not traverse any
public roads or bridges unless the contractor has made arrangement with the authority
concerned. In case contractor’s heavy construction traffic or tracked equipment is not
allowed to traverse any public roads or bridges and the contractor is required to make
some alternative arrangements, no claim on this account shall be entertained.
7 Labour:
7.1 The contractor shall, make his own arrangements for the engagement of all staff and
labour, local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractor’s staff shall be to the
contractor’s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff;
The contractor shall, deliver in writing to the Engineer-in-Charge in such form and at
such intervals as the Engineer-in-Charge may prescribe, showing the staff and the
numbers of the several classes of labour from time to time employed by the contractor
on the Site and such information regarding Contractor’s Equipment as the Engineer-
in-Charge may require.
8 Transportation of Labour:
8.1 The contractor shall make his own arrangement for the daily transportation of the
labour and staff from labour camps colonies to the work spot and no labour or staff of
the contractor shall stay at the work spot. No extra payment will be made to the
contractor for the above transportation of the labour and his quoted percentage to the
work shall include the transportation charges of labour from colonies to work spot and
back.
8.2 The contractor will at all times duly observe the provisions of employment of children
Act XXVI of 1938 and any enactment or modification of the same and will not employ
or permit any person to do any work for the purpose under the provisions of this
agreement in contravention of said Act. The contractor here by agrees to indemnify the
department from and against all claims, penalties which may be suffered by the
department or any person employed by the department by any default on the part of the
contractor in the observance and performance of the provisions of the employment of
children Act. XXVI of 1938 or any enactment or modification of the same.
8.3 As per Govt. memo No.721/Gr. (1)/81-35, Dt: 17.11.87. The contractor shall obtain the
insurance at his own cost to cover the risk on the works to labour engaged by him
during period of execution against fire and other usual risks and produce the same to
the Executive Engineer concerned before commencement of work.
9 Safety Measures:
(1)The contractor shall take necessary precautions for safety of the workers and
preserving their health while working in such jobs, which require special protection
and precautions. The following are some of the measures listed but they are not
exhaustive and contractor shall add to and augment these precautions on his own
initiative where ever necessary and shall comply with directions issued by the
Executive Engineer or on his behalf from time to time and at all times.
(2) Providing protective foot wear to workers in situations like mixing and placing of
mortar or concrete, sand in quarries and places where the work is done under such wet
conditions.
(3) Providing protective head wear to workers in at places like underground excavations
to protect them against rock falls.
(4) Providing masks to workers at granulates or at other locations where too much fine
dust is floating about and sprinkling water at frequent intervals by water hoses on all
stone crushing area and storage bins abate to dust.
(5) Getting the workers in such jobs periodically examined for chest trouble due to too
much breathing in-to fine dust.
(6) Taking such normal precautions like fencing and lightening in excavation of trenches,
not allowing rolls and metal parts of useless timber spread around, making danger
areas for blasting, providing whistles etc.
(7) Supply to work men with proper belts, ropes etc., when working in precarious slopes
etc.
(8) Avoiding naked electrical wire etc., as they would electrocute the works.\
(9) Taking necessary steps towards training the workers concerned on the machinery
before they are allowed to handle them independently and taking all necessary
precautions in and around the areas where machines hoists and similar units are
working.
1. The contractor shall pay not less than fair wages to labourers engaged by him on the
work.
2. “Fair” wages means wages, for time of piecework notified by the Government from
time to time in the area in which the work is situated.
3. The contractor shall, not with-standing the revisions of any contract to the contrary
cause to be paid to the labour, in directly engaged on the work including any labour
engaged by the sub-contractor in connection with the said work, as if the labourers
had been directly employed by him.
4. In respect of labour directly or indirectly employed in the works for the purpose of the
contract or part of the agreement, the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from
time to time by the Government. He shall maintain his accounts and vouchers on the
payment of wages to the labourers to the satisfaction of the Executive Engineer.
5. The Executive Engineer shall have the right to call for such record as required to
satisfy himself on the payment of fair wages to the labourers and shall have the right
to deduct from the contract amount a suitable amount for making good the loss
suffered by the worker or workers by reason of the “fair wages” clause to the workers.
6. The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Government from time to time without
prejudice to his right to claim indemnity from his sub-contractors.
7. As per contract labour (Regulation and Abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department
along with the tender or at the time of agreement.
8. Any violation of the conditions above shall be deemed to be a breach of his contract.
9. Equal wages are to be paid for both men and women if the nature of work is same and
similar.
10. The contractor shall arrange for the recruitment of skilled and unskilled labour local
and imported to the extent necessary to complete the work within the agreed period as
directed by the Executive Engineer in writing.
11 Indemnity Bond:
I ____________________________contractor S/o.________________________
aged __________ Resident of __________________________ do hereby bind
myself to pay all the claims may come (a) under Workmen Compensation Act. 1933
with any statutory modification thereof and rules there under or otherwise for or in
respect of any damage or compensation payable in connection with any accident or
injury sustained (b) under Minimum wages Act 1948 (c) under payment of wages
Act.1936 (d) under the Contract labour (Regulation and Abolition) Act. 1970 by
workmen engaged for the performance of the business relating to the above contract
i.e., failing such payment of claims of workmen engaged in the above work, I abide in
accepting for the recovery of such claims, affected from any of my assets with the
departments.
During continuance of the contract, the contractor and his sub contractors shall abide
at all times by all existing labour enactments and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and
any other labour law (including rules), regulations, bye laws that may be passed or
notifications that may be issued under any labour law in future either by the State or
the Central Government or the local authority and also applicable labour regulations,
health and sanitary arrangements for workmen, insurance and other benefits. Salient
features of some of the major labour laws that are applicable to construction industry
are given below. The contractor shall keep the Department indemnified in case any
action is taken against Department by the competent authority on account of
contravention of any of the provisions of any Act or rules made hereunder, regulations
or notifications including amendments. If the Department is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for non-
observance of the provision stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the
contractor, the Engineer-in-charge /Department shall have the right to deduct any
money due to the contractor including his amount of performance security. The
Department/Engineer-in-Charge shall also have right to recover from the contractor
any sum required or estimated to be required for making good the loss or damage
suffered by the Department.
The employees of the Contractor and the Sub-contractor in no case shall be treated as
of the Department at any point of time.
DRAWINGS
1.0 DRAWINGS:
1.1 The plans enclosed with the tender are liable to be altered during execution of work as
per necessity of site conditions. The percentage quoted by the contractor shall hold
good for execution of work even with altered plans.
1.2 One set of drawings, on the basis of which actual execution of the work is to proceed
shall be furnished free of cost to the contractor by the Regional Officer / Executive
Engineer progressively according to the work programme submitted by the contractor
and accepted by the Regional Officer / Executive Engineer. Drawings for any
particular activity shall be issued to the contractor in advance of the scheduled date of
the start of the activity. However, no extra claims by the contractor towards any delay
in issue of drawing or issue of any revision / change to the drawings issued earlier
shall be admissible. If work gets affected due to delay to issue of drawings, for any
particular stage of work the contractor shall be granted extension of time in terms of
condition 14.7 of tender notice.
1.3 Signed drawings above shall not be deemed to be an order for work unless they
entered in the agreement or schedule of drawings under proper alterations of the
contractor and Executive Engineer or unless they have been sent to the contractor by
the Executive Engineer with a covering letter confirming that the drawing issued with
authority for the work in contract.
2.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall
apply:-
2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a larger
scale shall take precedence over those on a smaller scale.
2.1.3 Drawings issued as construction drawings from time to time shall supersede tender
drawings and also the corresponding drawings previously issued.
Note: The contractor should not execute any component of work without obtaining the
working drawings. Any work done without drawings shall be at the contractor’s
responsibility only.
3.0 SECRECY CLAUSE:
The drawings and specifications made available to the bidder shall exclusively be
used on the work and they are restrained from passing on each plan to any
unauthorized hand either in parts or in full under the provisions of Section-3 and 5 of
the official secrets Act 1923. Any violation in this regard will entail suitable action
under appropriate clause of official secret Act 1923.
BILL OF QUANTITIES
AND
PRICE BID
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Bidders,
General and Special Conditions of Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are
given to provide common basis for tendering. The quantities here given are those
upon which the lumpsum tender cost of the work is based but they are subject to
alterations, omissions, deductions or additions as provided for in the conditions of this
contract and do not necessarily show the actual quantities of work to be done. The
basis of payment will be actual quantities of work ordered and carried out as
measured by the concerned Departmental Engineer and valued at the scheduled rate
plus or minus tender percentage quoted in the Bill of Quantities where applicable and
otherwise at such rates and prices as the Engineer-in-Charge may fix within the terms
of Contract.
3. The estimate rates in the Bill of Quantities shall, except in so-far as it is otherwise
provided under the Contract include cost of all constructional material, labour,
machinery, transportation, erection, maintenance, profit, taxes and duties together
with all general risks, liabilities and obligations set out or implied in the Contract.
4. The plans enclosed with the tender are liable to be altered during execution of work as
per necessity of site conditions. The Tender percentage quoted by the bidder shall
holds good for execution of work even with altered plans.
5. The whole cost of complying with the provisions of the Contract shall be included in
the estimated rates for items provided in the Bill of Quantities and where no items are
provided in the Bill of Quantities, their cost shall be deemed to be distributed among
the scheduled rates entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated
nor summarized in the Bill of Quantities. References to the relevant sections of the
Contract documentation shall be made before entering scheduled rate against each
item in the Bill of Quantities.
8. All items of work are to be executed as per the drawings / specifications supplied with
the contract documents.
If there is any contradiction between the drawings and the text of the specifications,
the latter shall prevail.
9. The Bidder should inspect and select the quarries of his choice before he quotes the
tender percentage in the Schedule of Bill of Quantities and satisfy himself about the
availability of required quantum of materials.
10. Diversion drains should be excavated before completion of the embankments and the
useful soils should be used in the nearby embankments.
11. The actual proportion by weight to be adopted during execution will be got designed
in the laboratories to suit the grade of concrete and mortar to be used. It will be the
responsibility of the contractor to manufacture concrete and mortar of required
strength.
12. The quantum of measurement for all items of earthwork involving conveyance
manually or by machinery shall be as assessed by level measurement. The
measurements for the embankment will be for the consolidated banks only.
14. Wherever embankment work is involved, useful soils approved by the Engineer-in-
Charge from the cutting reaches and diversion drains shall be taken and used for
forming nearby embankments soils used for constructions as directed in Schedule (A).
15. The quoted tender percentage shall also include the work of any kind, necessary for
the due and satisfactory construction, completion and maintenance of the works
according to the drawings and the specifications and further drawings and orders that
may be issued by the Engineer-in-Charge from time to time. The quoted tender
percentage shall include compliance by the Contractor with all the general conditions
of contract, whether specifically mentioned or not in the various clauses of these
specifications, all materials, machinery, plant, equipment, tools, fuel, water, strutting,
timbering, transport, offices, stores, workshop staff, labour and the provision of
proper and sufficient protective works, diversions, temporary fencing and lighting. It
shall also include safety of workers, first aid equipments suitable accommodation for
the staff and workmen, with adequate sanitary arrangements, the effecting and
maintenance of all insurances, the payment of all wages, salaries, fees, royalties /
Taxes, duties or other charges arising out of the execution of works and the regular
clearance of rubbish, reinstatement and clearing-up of the site as may be required on
completion of works safety of the public and protection of the works and adjoining
land. The work of quality control / assurance shall be deemed to be covered in the
quoted percentage.
16. The Contractor shall ensure that, the quoted tender percentage shall cover all stages of
work such as setting out, selection of materials, selection of construction methods,
selection of equipment and plant, deployment of personnel and supervisory staff,
quality control testing etc. The work quality assurance shall be deemed to be covered
in the tender percentage.
17. (a) The special attention of the bidder is drawn to the conditions in the tender notices
wherein reference has been made to the APSS as adopted for Telangana State and
the Standard preliminary specifications containing therein. These preliminary
specifications shall apply to the agreement to be entered into between the
contractor and the Government of Telangana and shall form an in-separable
condition of the contract. All these documents taken together shall be deemed to
form one contract and shall be complimentary to another.
b. The bidder shall examine, closely the A.P.S.S. as adopted for Telangana State /
MORD/ MORTH and also the standard preliminary specifications contained
therein and sign the Regional Officer’s office copy of the APSS as adopted for
Telangana State / MORD/ MORTH and its addenda volume in token of such study
before submitting his overall tender percentage which shall be for finished work in-
situ. He shall also carefully study the drawings and additional specifications and
all the documents, which form part of the agreement to be entered into by the
successful bidder. The APSS as adopted for Telangana State / MORD/ MORTH
and other documents connected with contract such as estimate plans,
specifications, can be seen on all working days in the office of the Regional Officer
[As specified in the NIT].
18. The bidders attention is directed to requirements of materials under the clause
‘materials and workmanship’ in the preliminary specifications of APSS as adopted for
Telangana State. Materials conforming to the Bureau of Indian Standards
specifications, APSS etc., shall be used on the work and the bidders shall quote his
overall tender percentage accordingly.
19. The bidder has to do his own testing of materials and satisfy himself that they
conform to the specifications of respective Codes before tendering.
20. The contractor shall himself procure the required construction materials of approved
quality including the earth for formation of embankment and water from quarries /
sources of his choice. All such quarries / sources of materials required for the work
shall be got approved by the Engineer-in-Charge in writing well before their use in the
work.
21. Inspection of site and quarries by the bidder: Every bidder is expected before
quoting his overall tender percentage, to inspect the site of proposed work. He should
also inspect the quarries and satisfy himself about the quality, and availability of
materials. The best class of materials to be obtained from quarries, or other sources
shall be used on the work. In every case the materials must comply with the relevant
standard specifications. Samples of materials as called for in the standard
specifications or in this tender notice, or as required by the Executive Engineer, in any
case, shall be submitted for the Executive Engineer’s approval before the supply to
site of work is begun.
22. The bidder’s particular attention is drawn to the sections and clauses in the A.P.
standard specification dealing with
a) Test, inspection and rejection of defective materials and work.
b) Carriage
c) Construction plant
d) Water and lighting
e) Cleaning up during the progress and for delivery.
f) Accidents
g) Delays
h) Particulars of payments.
The contractor should closely peruse all the specification clauses, which govern the
overall tender percentage he is tendering.
24. The estimate rates for items shown in the Schedule “A” include all construction
materials. The bidder has to quote an overall tender percentage considering all the
aspects of the tender to complete the finished item of work as per the APSS as
adopted for Telangana State / MORD/ MORTH / B.I.S. specifications, the special
specifications appended, Drawings etc.
25. If there is any contradiction between APSS as adopted for Telangana State / MORD/
MORTH and B.I.S. specifications listed and detailed technical specifications, the
latter shall prevail.
26. In case of a job for which specifications are not available with the Schedule or in
APSS as adopted for Telangana State / MORD/ MORTH or B.I.S. code and are
required to be prescribed, such work shall be carried out in accordance with the
written instructions of the Engineer-in-Charge.
27. The contractor should use the excavated useful soils and stone for construction
purpose. Soils used for construction either for homogeneous section in hearting or in
casing zone based on the suitability as directed in Schedule (A) and the cost of stone
used for construction purpose will be recovered from the contractor’s bill.
The contractor should quote his tender percentage keeping in view of the above
aspects.
28. Additions and alternations by the Bidder in the Schedule of quantities will disqualify
the tender.
29. In the case of discrepancies between the written description of the item in the
Schedule “A” and the detailed description in the Technical Specification of the same
item, the latter shall be adopted.
30. The Unit rates are those governing payment of extras or deductions for omissions
according to the conditions or the contract as set-forth in the preliminary
specifications of the A.P. standard specifications as adopted for Telangana State and
other conditions of specification of this contract.
31. It is to be expressly understood that the measured work is to be taken according to the
actual quantities in place and finished according to the drawings or as may be ordered
from time to time by the Executive Engineer and the cost calculated by measurement
or by weight at their respective rates without any additional charge for any necessary
or contingent works, connected herewith. The Percentage Excess or less over ECV
quoted, are for works in situ and complete in every respect.
32. For all items of work in excess of the quantities indicated the rates payable for such
excess quantities will be tendered rates i.e., scheduled rates plus or minus tender
percentage.
33. For all items of work, intermediate payment will be made provisionally as per
relevant clause. Full-accepted agreement rates will be paid only after all the items of
works are completed.
34. The contractor is bound to execute all supplemental works that are found essential
incidental and inevitable during execution of main work.
35. The payment of rates for supplemental items of work will be regulated as under.
Purely new items which do not correspond to any item in the agreement.
The rate of all such items shall be derived considering SS Rates of sanctioned
estimate plus or minus overall tender percentage.
a) Wherever additional items not contingent on the main work and outside the scope of
original agreement are to be entrusted to the original contractor dispensing with
tenders and if the value of such items exceeds the limits upto which the officer is
empowered to entrust works initially to contractor without calling for tenders
approval of next higher authority shall be obtained. Entrustment of all such items on
nomination shall be rates not exceeding the S.S rates.
BILL OF QUANTITIES
[Schedule - A, Part - I]
Name of work :
Specification No. /
Approximate
APSS as adopted for Unit Estimate Rate
Sl.N Quantity
Description of work Telangana State / In figures / In figures / Amount in Rs.
o In figures/
BIS / MORD/ words words
words
MORTH
Separately enclosed
BILL OF QUANTITIES
(Schedule - A, Part –II)
Details of amount reimbursable to the Contractor.
The bidders are eligible for reimbursement of amount towards GST, NAC and Seigniorage
charges including DMF & SMET on Seigniorage Charges.
Regarding reimbursement of permit fee, the decision as may be taken by the Govt will be binding.
FORMATS OF SECURITIES
PROFORMA
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT( Bid security)”
WHEREAS ……………………………………………………….. (Name of the Contractor) (here in after
called “the Bidder”) has submitted his tender response to NIT No………………………. dated:
…………………… for the work “
………………………………………………………………………………………………..” (Name of work)
(hereinafter called “the tender”).
SEALED with the Common Seal of the Bank this …………….. day of ……………..20….
We undertake to pay to the Department up to the above amount upon receipt of his first written
demand, without the Department having to substantiate his demand, provided that in his demand the
Department will note the amount claimed by him is due to him owning to the occurrence of one or both
of the two conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date** …………………… after the dead
line for submission of Tenders as such deadline is stated in the Instructions to Tenders or as it may be
extended by the Department, notice of which extension(s) to the Bank is hereby waived. Any demand
in respect of this Guarantee should reach the Bank not later than the above date.
DATE………………. SIGNATURE OF THE BANK ……………………..
WITNESS……………….. SEAL………………………………………………..
--------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
--------------------------------------------------------------------------------------------------------
* The Bidder should insert the amount of the EMD in words and figures denominated in Indian Rupee.
This figure should be the same as shown in the NIT.
** 3 months from the deadline date for submission of Tender [As specified in NIT].
PROFORMA
WHEREAS__________________________________________________ ________
_____________________________________________________________________ _____ __
_____________________(name and address of Contractor ) (hereinafter called “the Contractor”) has
undertaken, in pursuance of Contract No. ________ dated: ____________ to execute the work of
_________________ [name of work];
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a Schedule bank for the sum specified therein as balance EMD / EMD for
compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of _____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
________________________ [amount of guarantee] as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee shall be valid up to ……………………….. i.e., until 28 days from the date of expiry
of the Defects Liability period.
PROFORMA
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional further security
bank guarantee for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of Rs._____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
________________________ [amount of guarantee] as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee shall be valid up to and until 28 days from the date of completion.
ANNEXURE I (B)
we shall be able to provide overdraft/credit facilities to the extent of Rs.______ lakhs (Rupees
__________ lakhs only) to meet their working capital requirements for the work of
_____________________________________________________
ANNEXURE – I (A).
FORM OF SOLVENCY CERTIFICATE BY BANKS
AND we hereby agree to ratify and confirm and do hereby ratify and
confirm all acts, deeds and things done or caused to be done by our said
Attorney pursuant to and in exercise of the powers conferred by this Power of
Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us
IN WITNESS WHEREOF WE, ………………………….., THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS
……………. DAY OF ……………, 20…...
For ……………………………..
Witnesses:
1.
2.
Notarized
Person identified by me/personally
appeared before me
/signed before
me/Attested/Authenticated* (*Notary
to specify as applicable)
(Signature, Name and Address of the
Notary)
Seal of the Notary Registration Number
of the Notary Date
Accepted
Notes:
The mode of execution of the Power of Attorney should be in
accordance with the procedure, if any, laid down by the applicable law
and the charter documents of the executant(s) and when it is so required,
the same should be under common seal affixed in accordance with the
required procedure.
For a Power of Attorney executed and issued overseas, the document will
also have to be legalised by the Indian Embassy and notarised in the
jurisdiction where the Power of Attorney is being issued. However, the
Power of Attorney provided by Bidders from countries that
have signed the Hague Legislation Convention, 1961 are
not required to be legalised by the Indian Embassy if it carries a
conforming Appostille certificate.
AND we hereby agree to ratify and confirm and do hereby ratify and
confirm all acts, deeds and things done or caused to be done by our said
Attorney pursuant to and in exercise of the powers conferred by this Power
of Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us/ Firm/Company.
For ……………….
AMONGST
AND
[AND
3. {………… and having its registered office at ………… (hereinafter
referred to as the “Third Part” which expression shall, unless
repugnant to the context include its successors and permitted
assigns)} ]
The above mentioned parties of the FIRST, SECOND & [THIRD PART]
are collectively referred to as the “Parties” and each is individually
referred to as a “Party”
WHEREAS,
(A) Regional Officer PR Rangareddy, Telangana (hereinafter referred to as
the “Authority” which expression shall, unless repugnant to the context or
meaning thereof, include its administrators, successors and assigns) has
invited applications (the Applications”) by its Bid Document No. ………… dated
………… for pre-qualification and short-listing of bidders for the construction of
the ……………………….. Project (the “Project”)
(B) The Parties are interested in jointly bidding for the Project as
members of a Firm/Company and in accordance with the terms
and conditions of the Bid document in respect of the Project, and
TENDERER REGIONAL OFFICER
PRED RANGAREDDY
(C) It is a necessary condition under the Bid document that the
members of the Firm/Company shall enter into a Joint Bidding
Agreement and furnish a copy thereof with the Application.
(a) Party of the First Part shall be the Lead member of the
Firm/Company and shall have the power of attorney from
all Parties for conducting all business for and on behalf of
the Firm/Company during the Bidding
First Party:
Second Party:
{Third Party :}
8. Termination
This Agreement shall be effective from the date hereof and shall
continue in full force and effect until the Close of the Project is
achieved under and in accordance with the Contract Agreement,
in case the Project is awarded to the Firm/Company. However, in
case the Firm/Company is either not pre-qualified for the Project
or does not get selected for award of the Project, the Agreement
will stand terminated in case the Applicant is not pre-qualified
9. Miscellaneous
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Name)
(Designation)
(Address)
Notes:
DECLARATION
(on non judicial stamp paper worth Rs 100/-)
I / WE ……………………………………… have gone through carefully all the Tender
conditions and solemnly declare that I / we will abide by any penal action such as
disqualification or black listing or determination of contract or any other action deemed
fit, taken by, the Department against us, if it is found that the statements, documents,
certificates produced by us are false / fabricated.
Signature of Bidder
UNDERTAKING
TENDERER REGIONAL OFFICER
PRED RANGAREDDY
(on 100/- Non-Judicial Stamp paper)(Not applicable)
Signature of Bidder
The maintenance that helps to protect the capital investment, to prevent serious
health hazards when sewage backs up through the plumbing fixtures, ensures an effective
and economical expenditure in operating and maintaining the sewerage facilities.
It also helps to build up and maintain cordial relations with the public, whose
understanding and support are essential for the success of this facility. Various aspects
related to maintenance of sewerage and drainage system such as types of maintenance,
required tools and equipments, safety hazards and precautions to be taken and procedure
to carry out maintenance have been elaborated.
The sewer system is a closed system of pipes from the waste receptacle to the
final disposal point either on land or into a body of water under gravitational or free flow.
When the flow is obstructed due to clogged sewer lines, it results in over flowing of
manholes or backing up of sewage into a house or structural failure of the system. To
avoid such a situation, it is imperative to carry out necessary maintenance to prevent
serious health hazards that the public at large has to face.
Removal of stoppages and clearing out the deposits in Sewer Lines Clogging may be
due to grit deposition or other detritus, deposition of grease, penetration of roots from
adjoining trees, growth of fungi or stagnation of sewage and improper working of
pumping units. Sewers may be flushed and if the stoppage is too stubborn to respond to
flushing, it may be removed by rodding from the next manhole or it may be necessary to
dig down to the point where the trouble exists.
Precautions during Sewer Maintenance While assisting crews where dangerous gas
or oxygen deficiencies may be present, the following should be taken:
a) Allow no smoking or open flames and guard against sparks
b) Erect warning signs
c) Use only safe gas- proof electric lighting equipment
d) Test for noxious gases and oxygen deficiencies to be conducted by - using lead acetate
paper for presence of hydrogen sulphide and - using safety lamps for oxygen deficiencies
f) If oxygen deficiency or noxious gas is found, the structure shall be ventilated with pure
air by keeping open at least one manhole cover each on upstream and downstream side
for quick exit of toxic gases or by artificial means. Adequate ventilation should be
maintained during the work and the test to be repeated frequently.
g) Provision should be made for ventilation and it should be of the forced type which can
be provided by a blower (preferably portable air blowers) located at ground level with
suitable flexible ducting to displace out air from the manhole. Portable air blowers, - for
ventilating sewer manhole are recommended for all tank, pit or manhole work where the
presence of noxious gases, vapours or oxygen deficiency is detected
- Motors for these shall be of weather proof and flame-proof types; compression ignition-
diesel type (without sparking plug).
- when used, these shall be placed not less than 2m away from the opening and on the
leeward side protected from wind, so that they will not serve as a source of ignition for
any inflammable gas which might be present.
Safety Equipment normally required in Sewer Maintenance work
The various safety equipments that are normally required in sewer maintenance
work are used for detection of various gases and oxygen deficiency. The sewer man
should be equipped with the following equipment for own protection:
Safety helmet preferably with cap lamp (explosion proof);
Safety belt;
Protective gloves;
Detectors and indicators for various gases and oxygen deficiency normally encountered
in sewage works are as follows:
Gas or vapour Detector
TENDERER REGIONAL OFFICER
PRED RANGAREDDY
Hydrogen Sulphide Lead acetate impregnated paper (qualitative), Hydrogen Sulphide
ampoules, Hydrogen Sulphide detector (qualitative)
Methane Combustible gas indicator, Oxygen deficiency indicator, Methane
alarm
Carbon dioxide Oxygen deficiency indicator
Nitrogen Oxygen deficiency indicator
Oxygen Oxygen deficiency indicator
Carbon monoxide Carbon monoxide indicator, Carbon monoxide tube (quantitative)
Hydrogen Combustible gas indicator, Oxygen deficiency indicator
Gasoline Combustible gas indicator, Oxygen deficiency indicator (for
concentration over 0.3%)
Sludge Combustible gas indicator, Oxygen deficiency indicator, Methane
alarm
Chlorine Aqueous ammonia, Odour
S.
Personnel No. Main Task of the Personnel
No.
Up keep of plant and other units maintenance
1 Semi skilled labourers 3
related works.
Up keep of plant and other units maintenance
Unskilled labourers 6
2 related works.
3 Driver / Messenger 3 Watch & ward of entire premises
1. Fill Phase:
Inspect and maintain the influent flow control mechanisms, such as valves and
flow meters, to ensure accurate and consistent filling of the reactor.
Check and clean influent screens or grates to prevent clogging and maintain
proper flow.
Verify that the level sensors or probes are calibrated and functioning correctly to
monitor the fill level accurately.
2. React Phase:
Regularly monitors dissolved oxygen (DO) levels using DO probes or sensors and
ensure they are calibrated and functioning accurately.
Check and maintain the aeration system, including blowers, diffusers, and air
distribution piping, to ensure proper oxygen transfer and mixing within the
reactor.
Verify that the pH probes, if used, are calibrated and functioning correctly to
monitor and control pH levels if necessary.
Periodically inspect and clean the reactor walls and internal components to
prevent the accumulation of biofilm or debris.
3. Settle Phase:
Ensure that the settling period is sufficient for the solids to settle effectively.
Adjust settling times if necessary based on sludge settling characteristics.
Inspect and maintain the sludge withdrawal mechanisms, such as sludge pumps or
decanters, to ensure proper removal of settled sludge without disturbing the
settled biomass.
Monitor the sludge blanket depth and adjust wasting rates as needed to maintain
the desired sludge volume in the reactor.
4. Decant Phase:
Inspect and maintain the decanting system, including effluent weirs, decanter
mechanisms, and discharge valves, to ensure proper and controlled effluent
withdrawal.
Verify that the decant pumps or mechanisms are functioning correctly to prevent
any carryover of settled solids or biomass into the effluent.
5. Idle Phase:
TENDERER REGIONAL OFFICER
PRED RANGAREDDY
Inspect and maintain the idle control mechanisms, such as timers or
programmable logic controllers (PLCs), to ensure accurate and consistent timing
of the idle phase.
Check and clean any screens or filters used in the return activated sludge (RAS)
line to prevent clogging and maintain proper RAS flow during the idle phase.
Monitor and adjust the idle phase duration as needed based on the biomass growth
rate and the desired biomass concentration in the reactor.
1. Sludge Wasting:
Sludge wasting is the process of removing excess sludge from the SBR system to
maintain a healthy biomass population and prevent the accumulation of solids. It
helps control the sludge age and ensures optimal treatment performance.
Determine the sludge wasting rate based on the sludge production rate; settle
ability of the biomass, and the desired sludge age. The sludge age is typically
controlled by wasting a fraction of the settled sludge in each cycle.
Monitor and adjust the wasting rate based on the sludge blanket depth and
biomass concentration in the reactor. Regular sludge blanket depth measurements
can indicate the need for sludge wasting.
2. Sludge Thickening:
Sludge thickening involves the concentration of the wasted sludge to reduce its
volume before further treatment or disposal. Thickened sludge is easier to handle,
reduces the volume for transportation, and improves the efficiency of subsequent
dewatering processes.
Consider using gravity thickeners, dissolved air flotation (DAF), or other
thickening methods to increase the solids content of the wasted sludge.
Regularly monitor the thickened sludge characteristics, such as total solids
content and thickening efficiency, to ensure proper thickening performance.
3. Sludge Dewatering:
Sludge dewatering aims to remove water from the thickened sludge to further
reduce its volume and create a drier solid cake or sludge for disposal or reuse.
Common sludge dewatering methods include mechanical dewatering techniques
like belt presses, centrifuges, or filter presses, as well as thermal drying processes.
Regularly inspect and maintain the dewatering equipment to ensure proper
functioning and optimal performance.
3. Anaerobic and Aerobic Phases: The SBR cycle can be modified to incorporate
anaerobic and aerobic phases to enhance nutrient removal. During the anaerobic
phase, the absence of oxygen promotes denitrification, where nitrogen is
converted to nitrogen gas and released from the system. In the aerobic phase,
nitrification occurs, converting ammonia to nitrate. Proper control of the duration
and timing of these phases is crucial to achieve effective nutrient removal.
5. pH Control: Monitor and control the pH levels within the SBR system, as
extreme pH conditions can impact the microbial activity responsible for nutrient
removal. The pH range typically recommended for nutrient removal is around 6.5
to 8.0. pH probes or sensors can be used to monitor and adjust pH levels if
necessary.
6. Settling and Decanting Optimization: Proper settling and decanting phases are
essential to separate the biomass from the treated wastewater effectively.
Optimize the settling time to achieve good sludge settling and biomass
compaction, ensuring minimal solids carryover in the effluent during the
decanting phase. Adjust the settling and decanting times based on the sludge
characteristics and effluent quality requirements.
6. Spare Parts Management: Maintain an inventory of critical spare parts for essential
equipment to minimize downtime. Identify key components that may require
replacement over time and keep appropriate spare parts on hand. Establish a spare
parts management plan to ensure availability when needed.
1. Personnel Safety:
Provide comprehensive safety training to all personnel involved in operating and
maintaining the SBR system. This training should cover safe work practices,
handling of chemicals, equipment operation, emergency procedures, and proper
use of personal protective equipment (PPE).
Ensure that appropriate PPE, such as gloves, goggles, safety shoes, and
respiratory protection, is available and utilized by personnel as needed.
Implement proper signage, labeling, and communication protocols to alert
personnel to potential hazards and safety procedures within the facility.
2. Hazardous Materials:
Follow proper handling, storage, and disposal procedures for chemicals used in
the treatment process. This includes following Material Safety Data Sheets
(MSDS) and ensuring compatibility of stored chemicals.
Develop spill response plans and provide appropriate spill containment materials
and equipment.
Regularly inspect storage areas and ensure compliance with local regulations and
best practices for the storage of hazardous materials.
3. Equipment Safety:
Regularly inspect and maintain equipment, machinery, and electrical systems to
ensure their safe operation. Address any identified issues promptly and follow
manufacturer guidelines for maintenance and servicing.
Implement lockout/tagout procedures to control hazardous energy sources during
maintenance and repair activities.
Keep emergency shutdown procedures and equipment readily accessible in case
of equipment malfunction or other emergencies.
4. Environmental Compliance:
Understand and comply with applicable environmental regulations and permits
related to wastewater treatment and discharge.
Monitor and maintain compliance with effluent quality standards, including
parameters such as biochemical oxygen demand (BOD), suspended solids (SS),
ammonia, phosphorus, and pH.
Establish proper monitoring and reporting procedures to document compliance
with regulatory requirements and permits.
Data analysis and optimization play a crucial role in maximizing the performance
and efficiency of a sequencing batch reactor (SBR) system. By analyzing process
data and identifying areas for improvement, operators can make informed decisions
to optimize the treatment process and achieve desired treatment objectives. Key
considerations for data analysis and optimization in SBR operations:
5. Process Optimization:
Utilize data analysis to identify opportunities for process optimization and
performance improvement.
Evaluate the impact of different operating parameters, such as aeration rates,
nutrient dosing, cycle durations, and settling times, on system performance.
Utilize process modeling or simulation tools to assess different scenarios and
optimize the SBR operation.
In case of other technology is used in STP in place of SBR, operator has to take pre-
approval from competitive authority Standard Operating Procedure of the STP
Technology
1.1 During the operation and maintenance for stabilization and monitoring
period, electricity charges will be borne by concerned ULB on actual
basis. All other consumable material and required staff for Operation &
Maintenance will be provided by contractor.
Note:- In case actual energy consumption exceeds the average guaranteed
energy consumption shall be borne by the contractor. These shall be
deducted by the Department out of his running bills of the agency. Cycle
for calculating excess energy consumption shall be bill to bill basis issued
by the Electricity Department.
1.2 The operation & maintenance cost approved by the Department shall be
payable on monthly basis on completion of every month on submission of
bill by the contractor. The contractor shall maintain the attendance record
of the staff employed by him, which can be checked by the dept. any time.
The contractor will also submit copy of all the data sheets every month for
evaluation.
1.3 The waste water will not be sold by the contractor. However, dept. is at
liberty to do so, and retain the proceedings, if any.
1.4 All sorts of Tool & Plant, required for proper Operation & Maintenance of
the plant, shall be arranged by the contractor at his own cost.
1.5 Power factor shall be maintained as per Electricity Board rules. If any
penalty is imposed by Electricity Board due to non maintenance of power
factor the same shall be borne by the bidder.
S.
Personnel No. Main Task of the Personnel
No.
Overall supervision of Plant for its proper
functioning & satisfactory performance and
1 Plant Supervisor/ Manager 1 uninterrupted operation of the STP & maintenance
data collection & reporting and Coordination with
ULB & Maintenance of records.
Supervision of proper functioning of Electrical
2 Diploma qualified Electrician 1
equipment & Installations of plant
Daily inspection & supervision operation of all
3 ITI qualified plumber 1 piping installations, controls etc for uninterrupted
operation of plant .
Up keep of plant and other units maintenance
4 Semi skilled labourers 2
related works.
Up keep of plant and other units maintenance
Unskilled labourers 4
5 related works.
6 Watchmen & Security 2 Watch & ward of entire premises
Daily analysis of Characteristics of Influent &
7 Chemist 1 Effluent samples of STP & reporting and to initiate
corrective measures for proper functioning of plant.
Collection and testing of samples and record
8 Lab assistant 1
maintenance.
Updating daily reports, preparation of reports,
9 Computer operator 1
maintenance of computer systems etc
10 Office assistant 1 Maintenance of office records & reports
1. The concrete works/brick works/other civil works shall be checked regularly and
repaired as and when required.
2. All metal works e.g. railing, staircase, chequered plats, valves, rungs etc shall be
painted at time intervals defined here under:-
Epoxy painting of all mild steel structures shall be carried out by the
tenderer in 2nd year 4th year of its maintenance period.
Painting of electrical / mechanical equipments will be carried out by the
tenderer in 3rd year of its maintenance period.
Bitumen paint to all RCC water retaining structures shall be done by the
bidder in 2nd and 4th year of its maintenance period.
5. Disposal of screened waste, scum, grit removed and any other waste shall be done
to the earmarked dumping site.
6. It shall be checked regularly that all sluice valve and gates are functioning
properly.
7. All pipes and bends shall be checked regularly for chokage and cleaned if
required.
11. Weir plates shall be cleaned regularly and their levels shall be kept proper.
12. Electric connections to all the machinery equipment shall be Checked /repaired
regularly.
13. Level switches shall be checked/repaired regularly for their proper Functioning.
14. The energy meter shall be installed for measurement of guaranteed average flow
daily power (energy) consumption of STP except outdoor illumination.
15. The cable up to H.T. panel shall be provided by dept., further all the electrical
panel & cable shall be covered by the bidder.
The following penalties will be levied for the deficiencies in Operation and
Maintenance:-
The list is not limited and any other equipment required has to be procured by the O& M
agency as per the requirement at no extra cost.