You are on page 1of 40

1|Page

GENERAL INSTRUCTIONS
DESCRIPTION OF WORK

Name of the work: - “O&M of Electro Mechanical equipments of 37MLD


RSF & 13Micro Pressure Filters and in Related Pump houses of JCNR
Project of Ananthapuram district for the year 2022-23” with an
estimate cost of Rs.180.90 lakhs.

SITE VISITS :-

The Bidder is advised to visit and examine the site of the works and its
surroundings and obtain for himself on his own responsibility, all
information that may be necessary for preparing the tender and entering into
a contract. The costs of any such visits shall be entirely at the Bidder’s own
expense.

The Bidder and any of his personnel or agents will be granted permission by
the department to enter upon their premises and lands for the purpose of
such inspections, but only upon the express condition that the Bidder, his
personnel or agents, will release and indemnify the RWS&S Dept. and their
personnel and agents from and against all liability in respect thereof and will
be responsible for damage, costs and expenses that may arise however
caused, which, but for the exercise of such permission would not have arisen.

CONTENTS OF TENDER DOCUMENTS


Each set of Tender documents issued for the purpose for bidding includes the
Following volumes:

Volume – I (Technical Bid)

Part-A: Tender Notice, Instructions to the Bidders, General


Conditions of contract and Special Conditions of
Contract.
Part-B: Technical Specifications.
Part-C: As built drawings of the scheme

Volume – II (Financial Bid)


Part-I
Cost Schedules
Part-II
Lump sum Provisions
2|Page

VOLUME - I

PART – A

1 INSTRUCTIONS TO BIDDERS

The Scope of the work will cover the O&M of Electro Mechanical
equipments of 37MLD RSF & 13Micro Pressure Filters and in Related
Pump houses of JCNR Project of Ananthapuram district for the year
2022-23 at the specified quality and quantity at the mentioned locations.

The Water supplied to the Villages shall confirm to the standards indicated in
Annexure-I for Physical, Chemical and Bacteriological parameters. The water
samples at each village point shall be analyzed for Physical and Chemical
parameters one in 30 days and Bacteriological parameters one in 15 days

Residual chlorine at all the end points shall be min. of 0.2mg. /Liter. which
shall be Checked and recorded habitation wise on daily basis in log register.

The Bidder is expected to examine carefully all the instructions, conditions,


forms, terms, specifications, annexures, schedules and specification drawings
in the Tender documents. Failure to comply the requirements of tender
submission will be at the Bidders own risk. Tenders that are not substantially
responsive to the requirements of the Tender documents will be rejected.
2 TENDER SYSTEM

2.1. The bidders who are desirous of participating in e-procurement shall


submit their documents in support to the eligibility criteria etc., in the
formats displayed at e- Market place.

2.2 Availability either owned or hired of the following key and critical
equipment
Excavators: 2 No
Pipeline testing equipment: 2 No
Mobile Van with Crew: 2 No

2.3. Availability of key personnel with required experience for the work.

2.4: Liquid assets / credit facilities as per Para 19 of general conditions

2.5. Address for communication in the specified format.


3|Page

2.6. The Contractor shall invariably furnish the original DD/BG to the Chief
Executive Officer, ZPP, Anantapuramu before concluding the agreement
either personally or through courier or by post and the receipt of the same
within stipulated time shall be the responsibility of the contractor.
Department will not take any responsibility for any delay or non receipt.

2.7. The contractor shall be required to furnish a declaration in “e”


procurement stating that the soft copies uploaded by him are genuine. Any
incorrectness/ deviation noticed will be viewed seriously apart from
canceling the work duly forfeiting the EMD, criminal action will be initiated
including suspension of business.

2.8. The bidder shall authenticate the bid with his digital certificate for
submitting the bid electronically on e-Procurement platform and the bids not
authenticated by digital certificate of the bidder will not be accepted on the e-
Procurement platform.

2.9. The successful (LI) bidder shall furnish the original hard copies of all
documents/ certificates/ statements uploaded by him before concluding
agreement. The Contractor has to pay every month system staff wages and he
may claim the bills subjected to availability of funds with CEO/Govt. If any
lapses for making System staff wages regularly view seriously and he will be
disqualified for further tendering of O&M Works. As per Labour law the
Contractor who is participating the tender shall clear all the EPF Pendings if
any to the System Staff, shall upload all documents and if fails to the
Contractor may disqualify.

2.10. All the uploaded documents furnished in support of eligibility for the
tender, should be attested by the Bidder. Bidders have need not to up load
the tender schedules of Volume – I & Volume – II in ‘e’ procurement but they
have to furnish the certificate in ‘e’ procurement stating that “I have gone
through all the tender conditions and accepted them without any
preconditions” Non submission of this certificate will liable the rejection.

2.11. Transaction Fee: The Participating bidders shall pay transaction fee as
stipulated (including Service Tax). All Bidders have to pay the above non
refundable transaction fee as per G.O.Ms. No.13 dated.05.07.2006 permitting
integration of Eletronic payment Gateway of ICICI/ HDFC Bans with e-
procurement platform, which provides a facility to participating suppliers/
contractors to electronically pay the transaction fee from the platform, using
their credit cards. The payment Gateway accepts all MASTER and VISA credit
cards issued by any bank to conduct the transaction. The facility is
4|Page

mandatory. The Contractor shall procure materials required for immediate


repairs. The tenderor has to inspect the schemes and all components before
participating in the tender. The Contractor shall take over the Schemes and
all Assets from the Department.

3 EARNEST MONEY DEPOSIT

3.1. The Bidder shall furnish, as part of his Tender, an EMD of Rs. Rs. 91000/-
(Rupees Ninty one thousand only) (i.e., 1% on ECV) at the time of tendering
through an unconditional Bank Guarantee pledged in the name of the Chief
Executive Officer, ZP, Anantapuramu district in the standard format valid for
a period of 12(twelve) months / 365days.

Or

Through Demand Draft from any Nationalized / Scheduled Bank in favour of


the Chief Executive Officer, ZP, Anantapuramu District

Failure in submission of EMD from Nationalized / Scheduled Bank will render


the tender for rejection.

3.2. Any Tender not accompanied by an acceptable EMD including the Bank
Guarantee is not valid as described in sub clause 3.1 will be treated as non-
responsive and rejected by the Department.

3.3. The EMD of any successful Bidder who has furnished the EMD in the form
of a Bank Guarantee will be discharged when the Bidder has signed the Form
of Agreement and furnished the required Security Deposit.

3.4. The EMD shall be forfeited If the Bidder modifies or withdraws his
Tender during the period of tender validity.

3.5. In case of a successful tenderer, if within the specified time limit, the
Bidder fails:
Sign the agreement;
or
Furnish the required Security Deposit;
or

If the Bidder does not accept the correction of his tender premium / discount.
5|Page

3.6. A Bidder who withdraws his tender without a valid reason (to be decided
by the authority competent to accept the tender) shall be disqualified for
tendering further works in the Department.

3.7. Earnest Money Deposit paid by the Bidder shall not earn any interest.

3.8. The Earnest Money Deposit paid by the Bidders who have participated in
the tenders and are not successful, will be returned soon after entering into
agreement by the successful Bidder or after expiry of bid validity period
whichever is earlier.
3.9 The Bidder will be disqualified and shall also be disqualified for tendering
further works in the department

4 FINANCIAL DATA

The Bidder shall submit the financial data showing proof of financial standing
supported by audited financial statements regarding the annual turnover,
current liquid assets, past experience, ability to mobilize financial resources
on reasonable terms, track record of the firm in having made reasonable
profits and qualifications and experience of the financial management of
technical personnel proposed to be employed on the project.

5 PREPARATION OF TENDER
5.1. The language of the contract is English.

5.2. All corrections, erasing, over writings shall be attested by the Bidders.

5.3. The percentage quoted in Part–1 will not be applicable to the Lump sum
provisions shown in the Part–II. Unless stated otherwise in the Tender
Documents, the Contract shall be for whole of the works and the Bidder
shall indicate his willingness to execute the work at the estimated rates
indicated in Part-I (Financial Bid), or at a percentage in excess of
(Premium) / or less than estimated rates (discount).

5.4. The premium or discount quoted by the Bidder shall be applicable only
for Part-I of Volume-II.

6 Insurance:
6|Page

6.1. Insurance (Contractor’s All Risks (CAR) policy) of the works considering
the period of completion of the agreement including extension of agreement
time if any. Failure to take out suitable insurance shall result in, the Engineer
arranging insurance at the cost of the Contractor and double recovering from
the contractor’s bills.

The following are the events which are due to the Contractor’s risks:
Loss of or damage to the Works, Plants & Materials;
Loss of or damage to Equipment.
Loss of or damage of property in connection with the Contract; and
Personal injury or death of labour in connection with the contract.
For occurrences of 4 times in a year.

6.2. The Contractor shall deliver policies and certificates for insurance to the
Employer/ Engineer for approval before the start date. All such insurance
shall provide for compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.

6.3. If the Contractor does not provide any of the policies & certificates
required, suitable penalty shall be imposed and the agreement authority shall
take Insurance policy at the cost of contractor duly deducting the premium
and premium amount as penalty from the Contractor’s bills.
6.4. Alterations to the terms and insurance shall not be made without the
approval of the Engineer.
6.5. The minimum insurance cover for loss & damages to physical property,
injury and death is Rs. 5.00 lakhs per occurrence with number of occurrences
limited to four. After each occurrence the contractor will pay additional
premium necessary to make insurance valid for four occurrences always.

7 Technical and other personnel like system staff etc. to be available


on the work full time:
The wages of these personnel will be payable as per minimum wages act as
amended from time to time. If contractor fails to engage personnel as per
agreement, penalty at double the rate of payable will be recovered from
contractor’s bill.

8 The Price bids with tender percentage more than 5% excess over the
Estimated Contract Value will not be considered for evaluation.

9 The Bidder shall bear all expenses associated with the preparation and
submission of his tender and Department shall in no case be responsible or
7|Page

liable for reimbursement of such expenses, regardless of the conduct or


outcome of the tendering process.

10 The department will not reimburse any amount towards insurance,


technical personnel charges and banker’s charges.

11 Formats and Signing of Tenders:

11.1. The Bidder shall upload all the required formats i.e., e-procurement
duly signing by him.

11.2. The amendments issued by department shall also be signed by the


Bidder and shall be uploaded.

11.3. Only one Tender shall be submitted by each Bidder. No Bidder shall
participate in the tender of another for the same contract in any capacity
whatsoever.

12 ELIGIBILITY AND QUALIFYING CRITERIA AS PER GO MS NO. 195


DATED 10.05.1999 & GO MS 94 dt : 01.07.2003

12.1. To qualify for award of the Contract, each Bidder, in his/ her name
should have experience during the last five financial years, i.e. after 1-04-
2015 for financial requirement
12.2. The experience relating to the works executed in State / Central
Government departments or State / Central undertakings / Boards /
Corporations, Municipalities and Municipal corporations and Urban
Development Authorities shall only be considered. The experience certificate
shall be certified by the Engineer of State/Central Government Departments/
State/ Central Government undertaking not below the rank of Executive
Engineer and counter signed by the higher authority.

12.3. The Past performance of the Bidder is established from record of


successful execution and completion of similar type of works in time and in
workman like manner. For this purpose testimonials etc. from Clients for
whom the applicant had executed similar type of works during the past five
years and having present worth equal to or higher than minimum percentage
indicated below will have to be submitted by the Bidder and where ever
necessary, reference will be made to previous clients. Bidders are expected to
furnish past performance data for the works referred by them and indicated
in prescribed proformas (enclosed).
8|Page

12.4. The Bidder should have Satisfactory completed (not less than 90
percent of contract value) as a prime contractor, similar nature of works of
value not less than Rs 4546773.00 (usually not less than ECV x 50% x 12
months/Period of Contract) in any one financial year during the past five
financial years i.e. not earlier than 1-04-2017.
12.5. The present worth of each of these jobs executed and completed by the
Bidder in the past will be calculated based on escalation of 10% per annum.

12.6. The Bidder should have maintained successfully in O & M of CPWS


Schemes 2806650 Kilo liters of water (not less than usually not less than
Estimate Qty 5613300 x 50% x 12 months/Period of Contract)) in any one
year during the past five financial years i.e. not earlier than 1-04-2017 and
the Bidder should have successfully maintained any water supply project
including maintenance of Water Treatment Plant of minimum capacity of
18.50 MLD WTP of O & M of CPWS Schemes along with Pumping Stations
and transformers in any one year during the past five financial years i.e. not
earlier than 1-04-2017 .

12.6 (a) Upload the documents pertaining to previous years history of


Salaries to System Staff with Bank Statements and EPF amounts paid to EPF
Accounts of System Staff regular for every month

12.6 (b) The Bidder should to pay salary to the System staff at least 9 months
regularly, if any delay in release of funds from the Govt. without fail.

12.7. Joint Venture: Joint ventures and Labour societies are not allowed as
per G.O. 52.

12.8. Financial standing:

The Bidder shall furnish audited financial statements for the last five years,
audited by a Chartered Accountant, which include Profit and Loss Account,
Balance Sheet and certificates regarding contingent liabilities. In case of any
nil statements, the same shall be certified accordingly by a Chartered
Accountant. The Bidder shall furnish the financial statement for the previous
financial year including liabilities, Contingent liabilities and projects in
progress (in case audited statements are not available). If the Bidder is a
Company, audited annual reports of the financial years from April 2015 to
March 2016 to April 2019 to March 2020 inclusive, along with the audit
reports under the Companies Act shall be furnished. In case of Bidders other
than companies, if the Turnover in any of one of the above financial years
exceeds Rs 200- lakhs per annum, the audited accounts along with the
9|Page

auditor certificates under section 44 AB of the Income Tax act shall be


furnished. In the case of Bidders other than Companies, if the turnover in any
of the above financial years does not exceed Rs 40lakhs per annum,
certificate shall be given by a
Chartered Accountant for each year for the Profit and Loss Account and
the Balance sheet.
“--------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------as on
----------------------------------------------------------------------------for the financial
year ending ---------------------and in our opinion the said accounts give a true
and fair view. The said Balance Sheet and Profit and Loss Account are in
agreement with the books of accounts and returns produced and that we
have obtained all the information and explanations which to the best of our
knowledge and belief were necessary for the purpose of the audit”.

12. 9 Eligibility criteria for participating tender is Registered Contractors as


per G.O.Ms No: 94 I & CAD (PW-COD) Dept dated: 1-7-2003 of Irrigation &
CAD Department, GoAP.
13 Sub-Contractors experience and resources will not be taken into account
in determining the bidder’s compliance with the qualifying criteria.

14 Bid capacity: The assessed capacity of the Bidder, as calculated below,


shall not be less than the estimated value of the contract Rs. 9093546.00)
(Rupees Ninty Lakhs Ninty three thousand Five hundred forty six Only). The
Estimated value of the work(s) is likely to be awarded by the RWS&S Dept.
among the tenders submitted earlier (even though the letter of acceptance
has not been approved by the Department) shall also be taken into account
while arriving the value of “B”.

Assessed Capacity = 2 AN - B;
Where
A = Maximum value of O&M works executed in any one year during the last
five years adjusted at 10% appreciation per annum (simple and not
compound) taking into account the completed as well as works in progress or
turnover in income tax statement.

N = Prescribed period for completion of the work to which these documents


pertain (months, weeks and days shall be converted into years).

B = Value of existing commitments and ongoing works (and all estimated


value of work (s) which is likely to be awarded even though the letter of
10 | P a g e

acceptance has not been approved by the Department to be completed during


the period of the contract
15 Original Certificates
The successful bidders shall furnish the original hard copies of all
documents/ certificates/ statements uploaded by him before concluding the
agreement.

16 History of Litigation and Criminal record:

If any criminal cases are pending against him/ her/ partners at the time of
submitting the Tender, the tender will summarily be rejected. In this respect,
the Bidder shall submit self declaration that the history of criminal cases
pending against him/ her/ partners furnished by him/ her is true.

In case, it is detected at any stage that the self-declaration is false, he shall


abide by the action taken by the Department/ A.P Government without
approaching any court whatsoever for redress. He will however, be given
suitable opportunity to offer his explanation before action is taken against
him.

17 Other requirements:

17.1. Even if the Bidder meets all the eligibility and qualification criteria, his
tender shall be summarily rejected if he is found to have misled or made false
representation in the form of any of the statements submitted in proof of the
eligibility criteria and qualification requirements or if he has a record of poor
performance such as absconding from work, works not properly completed
as per contract, inordinate delays in completion, financial failure and/or has
participated in previous tendering for the same works and had quoted
unreasonably high tender price/ premium. In addition to the above, even
while executing the work, if it is found that he produced false / fake
certificates in his Tender, he will be blacklisted and the work will be taken
over invoking Clause 60(a) of the Preliminary Specification to AP Standard
Specification.

17.2. All the uploaded documents furnished in support of eligibility for the
tender, should be attested by the Bidder. Bidders need not up load the tender
schedules of Volume–I & Volume–II in ‘e’ procurement but they have to
furnish the certificate in ‘e’ procurement stating that “I have gone through all
the tender conditions & amendments issued and accepted them without any
preconditions”. Non submission of this certificate will liable the tender for
rejection.
11 | P a g e

17.3. The cost of turnover and value of works shall be certified by the
Engineer
of State/Central Government Departments/ State/ Central Government
undertaking not below the rank of Executive Engineer and counter signed by
the concerned Superintending Engineer(Or)equivalent authority.

18:The statement showing the value of existing commitments and ongoing


works as well the stipulated period of completion remaining for each of the
works listed shall be self attested. If the Bidder’s declaration proves to be
false on verification, he will be blacklisted and action will be taken as per
rules in vogue.

19: Credit facilities/ solvency Certificates/ Networth certificate of not less


than Rs. 3415000 (Rupees Thirty four lakhs Fifteen thousand only) (not less
than 25% of ECV) through nationalized bank / Charted Accountant etc.

The sub-contractors/ GPA holders’ experience shall not be taken into account
in determining the bidder compliance with the qualifying criteria provided
the sub-contract work was done officially as per GO. MS. No. 94 (I&CAD)
Dept. dated 01.07.2003.
.

21 Any incorrect information furnished by the Bidder and came for


revelation indicating that the Bidder is ineligible, then the value of work done
not paid & deposits of the Bidder will be forfeited besides blacklisting.

22 AMENDMENT TO TENDER DOCUMENTS: At any time prior to the deadline


of submission of the tenders, the Tender Inviting Authority may for any
reason whether at his own initiation or in response to the clarification
requested by the Bidder, modify the tender documents by issuing an
Addendum / Erratum.

23 SUBMISSION OF TENDERS

23.1. Tenders should be up loaded in prescribed form provided e-


procurement
by tender inviting authority.
12 | P a g e

23.2. Only one tender shall be submitted by each Bidder for one work. The
Bidder shall keep all the signed documents and shall apply on line in e-
procurement.

23.3. Failure to take adequate precaution on the part of the Bidder in


preparing and submitting the tenders as instructed above, the employer will
assume no responsibility for the contents of the tender.

23.4. Tenders received after the expiry of the deadline prescribed will not be
considered.

23.5. The Tender Inviting Authority, at his discretion may extend the dead
line for submission of tenders by issuing an amendment.
23.6 The Tender inviting authority, at his discretion may cancel for
submission of tenders on administration grounds.
24 TENDER – OPENING

24.1. The Superintending Engineer RWS&S Circle office Anantapuramu (The


Tender inviting authority/ or his authorized representative) will open the
tender.

24.2. The Superintending Engineer RWS&S Circle office Anantapuramu (The


Tender inviting authority/ or his authorized representative) will examine the
tenders to determine whether they are complete, whether the documents
have been properly signed and whether tenders are generally in order.

24.3. The Technical bid will be opened on the date notified for opening the
tenders in the tender notice and bid document will be examined. The
evaluation of the technical bid will be finalized with the particulars furnished
in the technical bid and the successful Bidders in technical evaluation will be
eligible for the opening of the Price bids.

24.4. Price bids of all the eligible Bidders will be opened on the date and time
given in the tender notice.

24.5. If the date of opening of the tenders happens to be a public holiday, the
tenders will be opened on the next working day.

24.6. The tender shall be rejected and the financial bid will not be opened if:
13 | P a g e

24.6.1. The EMD in the shape of BG or DD and Transaction fee as per Clause
are not uploaded.

24.6.2. If certificate on history of criminal cases litigations is not uploaded


and if there are any criminal cases pending on Rs100/- Non Judicial
Bond paper.

24.6.3. If the eligibility and qualification criteria are not in accordance with
Sub – clause 12, Clause 14, Clause 19

24.6.4. If the copy of the PAN card and copy of the latest receipt of Income tax
returns.

24.6.5. If the GST registration not uploaded and clearance Certificates/latest


receipt of sales tax returns are not uploaded

24.6.6. If the valid registration certificate of the Contractor is not uploaded.

24.6.7. If the certificate stating that “I have gone through all the tender
conditions and amendments issued and accepted them without any
pre conditions” is not uploaded.

24.6.8. Self declaration to the effect of genuinity of certificates furnished by


him is not uploaded.

24.6.9. If the Power of Attorney is not uploaded, if applicable.

24.6.10. Proof of Liquid Assets/Credit facilities/Networth certificate by


Charted Accountant in the shape of Solvency Certificate etc., for the
required amounts is not uploaded.

24.6.11. If Qualification certificates of key personnel to be employed for the


project are not uploaded
24.6.12 If the Experience certificate/certificates not uploaded as required for
a prime contractor for both Physical and Financial quantities as per
clause 12.4 and 12.6
24.6.13 If the Bid capacity in the required format showing the values of A and
B exactly not uploaded.
24.6.14 If the Labour License Registration certificate along with latest EPF
subscription payments made from the date of registration or
maximum of last three consecutive years not uploaded
14 | P a g e

25 TENDER VALIDITY

25.1. Tenders shall remain valid for opening for acceptance for a period of
ninety (90) calendar days after the last date of receipt of tender
specified in NIT.

25.2. In exceptional circumstances prior to expiry of original tender validity


period, the Superintending Engineer RWS&S Circle office Anantapuramu (The
Tender inviting authority/ or his authorized representative) may request the
Bidder for extension of Tender validity for a specified period. The Bidder may
refuse the request, which does not warrant the forfeiture of the Earnest
money deposit. A Bidder agreeing to the request will not be permitted to
modify his tender.
26 PROCESS TO BE CONFIDENTIAL
26.1. After the opening of tender, information relating to the examinations,
clarification, comparison of tenders and recommendation concerning the
award of contract shall be kept confidential and shall not be disclosed to the
Bidders or other persons not officially concerned with such process.

26.2. Any effort by a Bidder to influence his authorized representative) in the


process of examination, clarification, comparison of tenders and in decisions
concerning award of contract may result in the rejection of his tender.

27 CLARIFICATION OF TENDERS
To assist the examination, evaluation and comparison of the Tenders, the
tender opening authority may call upon any Bidder for clarification on the
statements documentary proof relating to the technical bid individually for
clarification of their tenders. The request for clarification and response shall
be in writing or by cable and it shall be only on the qualification information
furnished by the Bidder. The clarification called for from the Bidder shall be
furnished within the stipulated time. However, no change in the tender
premium/ discount or substance shall be sought, offered or permitted by the
–Superintending Engineer RWS&S circle office Anantapur (The Tender
inviting authority/ or his authorized representative), during the evaluation of
the tenders .

28 CHECKING FOR AND CORRECTION OF ERRORS:


28.1. Tenders determined to be substantially responsive will be checked by
the -
Superintending Engineer RWS&S Circle office Anantapuramu (The Tender
inviting authority/ or his authorized representative) for any discrepancy
15 | P a g e

between the tender premium / discount in figures and in words. Should any
discrepancy be found, the tender premium / discount in words will govern.

28.2. Any tender premium / discount that is found to be incorrect as


described
in the above Sub clause will be recorded and attested by the Superintending
Engineer RWS&S Circle office Anantapuramu (The Tender inviting authority/
or his authorized representative) at the time of opening the tender. With the
concurrence of the affected Bidder, the corrected tender premium / discount
shall be considered and binding. If the Bidder does not accept the corrected
tender premium / discount, the tender will be rejected and the EMD will be
forfeited.

29 EVALUATIONS AND COMPARISION OF TENDER

29.1. Tenders, which have been determined to be substantially responsive to


the requirements of the tender documents, will be evaluated and compared.

29.2. Tenders received with tender percentage more than 5% excess over the
estimated contract value will not be considered for evaluation.
29.3. Tenders will be evaluated as mentioned in clause 12 of Eligibility and
qualifying criteria of Instructions to Bidders.

29.4. Conditional tenders will not be considered for evaluation.

29.5. The tenders received shall be compared based on the percentage


quoted by the Bidders on Part I of Volume –I and the tender received with the
lowest tender percentage on the total estimated contract value will be
considered for the award.

29.6. If any Bidder participates for more than one work and is found qualified
individually and happens to be the lowest in more than one tender, his bids
will be taken up for evaluation on the following consideration.

29.6.1. The differential cost of bids for the lowest and 2nd lowest Bidders for
each work will be arrived and the department will decide which tender (s) is
to
be considered for evaluation subject to the Bidders eligibility as specified in
clause 14.
16 | P a g e

29.6.2:The bids for the remaining works, though qualified for individual
works and also happens to be lowest, will not be considered for evaluation on
the grounds of insufficient bid capacity/experience.

30 CONTRACT AWARD CRITERIA


30.1. The Contract will be awarded to the Bidder whose tender has been
determined as eligible and substantially responsive to the tender document
and who has offered the lowest evaluated tender price.

30.2. The Tender Inviting Authority or Higher Authority reserves the right to
accept or reject any or all tenders without assigning any reasons thereof
and to annul the tendering process at any time prior to award of contract
without thereby incurring any liability to the affected Bidder or Bidders .

31 NOTIFICATION OF AWARD OF CONTRACT

31.1. Prior to the expiry of the tender validity period prescribed, the
Superinting Engineer RWS&S Circle office Anantapuramu (The Tender
inviting authority/ or his authorized representative) will notify the Bidder by
telegram or in writing that his tender has been accepted. This letter is herein
after called “LETTER OF ACCEPTANCE” and will name the cost of the
contract.

31.2. On furnishing of security deposit by the successful Bidder in accordance


with the provisions of para on Security Deposits, the names of the
unsuccessful Bidders will be notified and their earnest money deposit will
be refunded.

32 SIGNING OF AGREEMENT

32.1. At the time of notifying the successful Bidder, that his tender has been
accepted, he will be supplied the form of agreement to be entered between
the parties' i.e. the Chairperson/ Secretary MVS-WSC , Anantapuramu
District or its authorized representative and the Bidder. The successful
Bidder shall sign the agreement duly paying the Security Deposit and
Additional security deposits as specified in the Paras “Security Deposit” and
“Additional Security Deposit” within 15 days after receipt of the “Letter of
Acceptance”, .Agreement authority will be made by chief Executive office Zilla
Parishad Ananthapuramu.

32.2. Failure on the part of successful Bidder to comply with the above
requirements shall constitute sufficient grounds for the annulment of the
17 | P a g e

“Contract Award” and forfeiture of the Earnest money deposit. The


Agreement authority will be cancel if the information not given by the bidder
with in month.

32.3. The successful bidder shall pay an amount equivalent to 0.04% of ECV
(estimated contract value) with a cap of Rs. 10,000 (Rupees ten thousand
only) for all works with ECV upto Rs. 50 Crores on e-Procurement platform
before entering into agreement/ issue of purchase orders, towards e-
Procurement fund in favour of Managing Director, APTS, Hyderabad through
the Agreement authority. The Sucsessful Bidder should submit the names of
the System staff along with their Bank account nos and EPF Nos List at the
time of Aggrement.

33 SECURITY DEPOSIT

The EMD @1% on contract value shall be collected, in the form of B.G/D.D
from the successful Bidder at the time of concluding the agreement, instead
of the prevailing 2.5% of contract value as per COVID-19 GO RT No: 266, Dt:
15.02.2021 of Finance (HR-V-TFR-A&L-EWF) Department of Government of
Andhrapradesh, at the time of entering into agreement through an
unconditional Bank Guarantee pledged in the name of the Chief Executive
Officer, ZP, Anantapuramu , district valid for a period of 12 months, or
through Demand Draft in favour of the Chief Executive Officer, ZP,
Anantapuramu district.

34 ADDITIONAL SECURITY DEPOSIT

In addition to the Security deposit paid, the successful Bidder who has
offered is tender less by more than 15% of the estimate shall have to pay
Additional security deposit amount at the time of agreement through an
unconditional Bank Guarantee pledged in the name of the Chief Executive
Officer, ZP, Anantapuramu district or through Demand Draft in favour of the
Chief Executive Officer, ZP, Anantapuramu district. The amount should be the
difference between the tendered amount and 85% of the estimated contract
value.

35 LABOUR REGULATIONS ACT

As per the Contractor’s Labour Regulations and Abolition Act, 1970, the
contractor has to produce the license obtained from the licensing officer of
the Labour Department along with tender or at the time of agreement.
18 | P a g e

36 ADDRESS OF THE BIDDER FOR COMMUNICATION

NAME : ________________________________
DOOR : ________________________________
STREET : ________________________________
VILLAGE /TOWN : ________________________________
MANDAL : ________________________________
DISTRICT : ________________________________
STATE : ________________________________
PINCODE : ________________________________
PHONE No. : ________________________________
FAX No. : ________________________________
NOTE:
THE BIDDER HAS TO MAKE HIS OWN ARRANGEMENTS TO RECEIVE ALL
THE CORRESPONDENCE FROM THE ABOVE POSTAL ADDRESS. IT IS HIS
RESPONSIBILITY TO COMMUNICATE THE CHANGE OF ADDRESS IF
CHANGED.

CONDITIONS OF CONTRACT
GENERAL

1. DEFINITIONS
1.1. Terms that are defined in the Contract Data are not also defined in
the Conditions of Contract but keep their defined meanings. Capital
initials are used to identify defined terms.
1.2. Acceptance of the Contract comes into existence from the date of
receipt of the Letter of Acceptance issued by the Employer to the
Contractor.
1.3. “Bill of Quantities” means the priced and completed bill of
quantities forming part of the Tender.
1.4. Contract is the contract between the Employer and the Contractor,
to execute, complete and maintain the works. It consists of the
documents listed in the clause 2.3 below.
1.5. Contract data defines the documents and other information, which
comprise the Contract.
1.6. Contractor is a person or firm who’s tender to carry out the Works
has been accepted by the Employer.
1.7. Contractor’s Tender is the completed tender document submitted
by the Contractor to the employer.
1.8. Contract price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the
Contract.
1.9. Days are calendar days, months are calendar months.
19 | P a g e

1.10. Defect is any part of the works not completed in accordance with
the Contract.
1.11. “Drawings” means all drawings, calculations and technical
information etc., provided by the Employer to the Contractor
under the Contract and all drawings, calculations, samples,
patterns, models, operation and maintenance manuals and other
technical information etc., submitted by the Contractor and
approved by the Engineer.
1.12. Employer is the party who will employ the Contractor to carry out
the works.
1.13. Engineer is the person named in the Contract Data (or any other
competent person appointed and notified to the contractor to act
in replacement of the Engineer), who is responsible for supervising
and, administering the Contract, certifying payments due to the
contractor, issuing and valuing variations to the Contract,
awarding extension of time, and valuing the Compensation Events.
1.14. Equipment is the Contractor’s machinery and vehicles brought to
the site for operation and maintenance works
1.15. Intended Completion Date is the date on which it is intended that
the Contractor shall complete the works, which is specified in the
Contract data. The Up Date programme may be revised or
recommended by the Engineer. The extension of time may be given
by the department/ Government based on the recommendation of
the Engineer.
1.16. Materials are all supplies, including consumables, used by the
contractor for incorporation in the works.
1.17. Plant is any integral part of the works, which is to have a
mechanical, electrical, electronic or chemical or biological function.
1.18. “Section” means a part of the works specifically identified in the
contract as Section.
1.19. Site is the area defined as such in the Contract Data.
1.20. Site Investigation Reports are those, which were included in the
tender documents and are factual interpretative reports about the
surface and subsurface conditions at the site.
1.21. Specification means the specification of the works included in the
contract and any modification or addition made or approved by
the Engineer. Wherever specification is not mentioned for any part
of the work, the contractor has to follow the relevant specification
in APDSS.
1.22. Start Date is the date when the Contractor shall commence
execution of the work. It does not necessarily coincide with any of
the Site Possession Dates.
20 | P a g e

1.23. Subcontractor is a person or firm who has a contract with the


Contractor to carry out a part of the work in the contract, which
includes work on the site.
1.24. Temporary Works are works designed, constructed, installed and
removed by the contractor at his own cost, which are needed for
construction or installation of the works.
1.25. Variation is an instruction given by the Employer/ Engineer, which
varies the works given in contract data.
1.26. Works are what the Contractor requires to construct, install and
hand over to the Employer as defined in contract data
1.27. The financial year begins with 1st April and ends with 31st March
of subsequent calendar year
1.28. Wherever the agreement is silent the relevant clauses of APDSS
shall follow.
1.29. All the subsequent orders of the Government after the agreement
related to the work shall also be followed.
1.30. Contractor should submit the Daily, Weekly and monthly reports
fortnightly

2. INTERPRETATION

2.1. In interpreting these Conditions of Contract, singular also means plural,


male also means female, or neuter, and the other way around. Headings have
no significance. Words have their normal meaning under the language of the
Contract unless specifically defined. The Employer/ Engineer will provide
instructions clarifying queries about the Conditions of Contract.

2.2. If sectional completion is specified in the Contract Data, references in the


Conditions of Contract to the Works, the Completion Date, and the Intended
Completion Date apply to that Section of the Works (other than references to
the Completion Date and Intended Completion date for the whole of the
works).

2.3. The following are the documents forming the Contract and shall be
interpreted in the following order of priority.
a. Agreement
b. Letter of Acceptance, notice to proceed with the works.
c. Contractor’s bid
d. Contract Data
e. Special Conditions of contract
f. Conditions of Contract
g. Specifications
21 | P a g e

h. Drawings
i. Bill of quantities
j. Any other document listed in the Contact Data as forming part of the
Contract.

3. EMPLOYER/ ENGINEER’S DECISIONS

Except where otherwise specifically stated the Engineer will decide


contractual
matters between the Employer and the Contractor in the role representing
the Employer.

4. DELEGATION OF DUTIES
The Employer/ Engineer may delegate any of his duties and responsibilities
to other people except to the Adjudicator after notifying the Contractor and
may cancel any delegation after notifying the Contractor.

5. COMMUNICATIONS
Communications between parties that are referred are effective only when it
is in writing and only when it is delivered (in terms of Indian Contract Act).

6. SUB CONTRACTING
The subletting of works is strictly prohibited. In the event it is found that any
portion of the work is sublet, action will be taken against the contractor by
debarring him from participating in the tenders for the period as decided by
the Competent authority

7. OTHER CONTRACTORS
The Contractor shall cooperate and share the site with other contractors,
public authorities, utilities and the Employer between the dates given in the
Schedule of other contractors. The contractor shall as referred to in the
Contract Data, also provide facilities and services for them as described in the
Schedule.

8. PERSONNEL
The minimum number of technical personnel and system staff required
8.1. Technical personnel

Two Graduate Engineer with 3 years experience in Electrical & Mechanical


Engineering.
22 | P a g e

8.2. System staff


Assistant Supervisor : 1 No.
Pump Operators: : 34 nos
Watch men: : 11 nos
Fitter/ Helper/valve operator: : 13 nos
Workman for Electrification/Mechanism: : 11 nos

8.3. If the Employer/ Engineer ask the Contractor to remove a person who is
a member of the Contractor’s staff or his work force stating the reasons, the
Contractor shall ensure that the person leaves the site within seven days and
has no further connection with the work in the Contract.

8.4. No contractor shall employ any person who is under the age of 14 years.

8.5. No contractor shall employ donkeys or other animals with breaching of


string or thin rope. The breaching must be at least three inches wide and
should be of tape.
8.6. No animal suffering from sores, lameness or emancipation or which is
immature shall be employed on the work.

8.7. The Employer/ Engineer or his agent is authorized to remove from the
work, any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by the Employer/ Engineer
for any delay caused in the completion of the work by such removal.

8.8. The contractor shall pay fair and reasonable wages to the workmen
employed by him in the contract under taken by him according to the wages
prescribed by Minimum Wages Act. The contractor shall contribute towards
provident fund as per the instructions issued vide Labour ,Employment,
Training department circular memo 203/Lab II /A1/2003-1 dt 21.4.2003 and
revisions there on from time to time. In the event of the dispute arising
between the contractor and his workmen on the grounds that the wages paid
are not fair and reasonable, the dispute shall be referred without delay to the
Employer/ Engineer who shall decide the same. The decision of the
Employer/ Engineer shall be conclusive and binding on the contractor but
such decision shall not in any way affect the conditions in the contract.

8.9. Contractor shall provide all amenities including drinking water facilities
to the workers as per the act.

8.10. Contractor shall take precautions against accidents, which take place on
23 | P a g e

account of labour.
8.11. The contractor shall comply with the provision of the Apprentices Act,
1961 and the Rules and Orders issued there under from time to time. If he
fails to do so his failure will be a breach of the contract and the Employer/
Engineer may in his discretion cancel the contract. The contractor shall also
be liable for any pecuniary liability arising on account of any violation by him
of the provisions of the Act.

9. LABOUR:

9.1. The Contractor shall inform the department Name and Addresses,
Qualification of the Crew / Labour engaged for Maintenance of the CPWS
Scheme at the time of agreement. In case of deficiency observed during
inspection of departmental authorities suitable fine will be imposed as per
the directions of the departmental authorities inspected.
9.2. The Department is having right to remove any or all the persons engaged
if he/they found not suitable for performance of the job entrusted. The
Contractor shall employ other qualified persons immediately.
9.3. The Contractor shall maintain records of engaged staff and wages shall be
paid to them as per Minimum wages of Labour Act.
9.4. The Contractor shall engage the qualified persons who are responsible
for overall supervision, Control and Maintenance of the System staff and
furnish his name and qualifications at the time of Agreement.
9.5. Payment to the labour must done through bank only for every month and
bank statement should be submitted to payment Authority immediately.
Payment will be done after receipt of the Bank Statement.
9.6List of work men and staff qualifications, insurance, labour silence ,actual
number of EPF and adhar numbers should be provide with in 15 days of
agreement time
9.7 Payments on or before 10 th of every month, wage payments and EPF
slips to be procured by 25 th of every month
9.8 number of labour for water supply habitations as and when villages
added labour to be increased
10. LABOUR LAWS:
10.1. In the evaluation of rates for various items of work, the Contractor has
to
consider the labour laws pertaining to “Minimum Wages Act” and “Industrial
Disputes Acts” as applicable to construction labour.
10.2. In the eventuality of any modifications to the above applicable laws or
any new laws to be complied with, contractor shall be responsible towards all
expenses incurred by them.
2. POWER :
24 | P a g e

Stable, Normal, Synchronized and continuous power supply as per the


requirement at all electrical installations shall be provided by the
Department. The power charges will be paid by the Department.

13. ACCEPTANCE OF CONDITIONS :Any contractor who does not accept


these conditions shall not be allowed to tender for work.

14. EMPLOYER’S AND CONTRACTOR’S RISKS


The Employer carries the risks, which this Contract states, are employer’s
risks
and the Contractor carries all the other the risks.

14.1. EMPLOYER’S RISKS


The Employer is responsible for the expected risks, which are (a) in so far as
they directly affect the execution of the works in the employer’s country the,
risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution,
insurrection or military or usurped power, civil war, riot, commotion or
disorder (unless restricted to the Contractor’s employees) and contamination
from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a
cause due solely to the design of the Works, other than the Contractor’s
design.

14.2. CONTRACTOR’S RISKS

All risks of loss or damage to physical property and of personal injury and
death, which arise during and in consequence of the performance of the
Contract, are the responsibilities of the Contractor.

15. SITE INVESTIGATION REPORTS

The Contractor, in preparing the bid, shall rely on the site investigation
reports referred to in the Contract Data, supplemented by any information
available to
the Bidder. It is only for the guidance and the Bidder should visit the site
prior
to tendering and should make his own assessment.

16. QUERIES ABOUT THE CONTRACT DATA


The Employer/ Engineer will clarify queries on the Contract data.

17. CONTRACTOR TO CONSTRUCT THE WORKS


25 | P a g e

17.1. The Contractor shall operate & maintain the Works in accordance with
the Specification and Drawings.
17.2. Cleaning the site, taking the marking of centerline etc., shall be done at
the cost of the contractor if any new works are required for effective O & M in
future.

18. APPROVAL BY THE ENGINEER


18.1. The Contractor shall submit drawings and specifications showing his
proposed temporary work to the Employer/ Engineer , who is to approve
them if they comply with the specification and drawings.
18.2. The Contractor is responsible for design of Temporary Works.
18.3. The Employer/ Engineer’s approval shall not alter the Contractor’s
responsibility for design of the Temporary Works.
18.4. The Contractor shall obtain approval of third parties to his design of the
Temporary Works where required.
18.5. All drawings prepared by the contractor for the execution of the
temporary or permanent works, are subject to prior approval by the
Employer/ Engineer before their use.

19. SAFETY
The Contractor shall be responsible for the safety of all activities on the Site.

20. DISCOVERIES

Anything of historical or other interest or of significant value unexpectedly


discovered on the Site is the property of the Employer. The Contractor is to
Notify the Employer/ Engineer of such discoveries and carry out the
Employer/ Engineer ’s instructions for dealing with them.

21. ACCESS TO THE SITE


The Contractor shall allow the Employer/ Engineer and any person
authorized by the Employer/ Engineer to 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

The Contractor shall carry out all instructions of the Employer/ Engineer ,
hich comply with the applicable laws where the site is located.

23. DISPUTES
26 | P a g e

23.1. Any dispute arising between the Contractor and MVS-WSC under this
Agreement which cannot be settled amicably between the two shall at first be
discussed for amicable settlement. If no settlement is reached at this stage
within 60 days after these discussions, dispute may then be submitted by
Contractor or MVS-WSC to arbitration in accordance with this provision.

23.2. An arbitrator shall be appointed by GoAP (Secretary to Govt. RWSS


Department)
23.3. Proceedings, shall unless otherwise agreed by the Parties, shall be in the
District headquarters in the District in which the MVS-WSC is located and
shall be in Telugu / English language
23.4. The decision of the arbitrator shall be final and binding on all Parties
and the decision is enforceable in any court of jurisdiction
23.5. During the settlement of disputes, all the Parties shall continue to
perform their respective obligations under the Agreement

24. TIME CONTROL


24.1. DURATION OF CONTRACT:

The Contract shall normally remain in force from the date of Agreement to
31-3-2023 but in the event of any breach of agreement at any time on the
part of the Contractor; the Contract shall be terminable by the Agreement
Authority without any compensation to the Contractor. The Contract may
also be put to an end at any time by Agreement Authority up on giving 30
days notice to the Contractor if the functional performance of the scheme by
the contractor is not satisfactory.

24.2. PROGRAMME :

The Contractor shall ensure proper supply of drinking water at the required
level with specified quality to all the habitations daily. Any break down in
pump sets/ other electrical equipment or leakages in the pipelines shall be
attended immediately within (24) hours time as follows
Leakages upto : (a)300 mm-12 hrs
: (b)350mm to 600 mm -one day
: (c) 600mm and above- 36 hrs
Breakdown in Electrical equipment: 3 to 24 hours

24.3. MANAGEMENT MEETINGS

The Employer/ Engineer or the Contractor may require the other to attend a
management meeting to be organized by the Employer/ Engineer. The
27 | P a g e

business of a management meeting is to review and monitor the O & M


activities carried out by the contractor.

The Employer/ Engineer shall record the business of management meetings


and is to provide copies of his record to those attending the meeting and to
the Employer. The responsibility of the parties for actions to be taken is to be
decided by the Employer/ Engineer either at the management meeting or
after the management meeting and stated in writing to all whom attended the
meeting.

24.4. EARLY WARNING


The Contractor is to warn the Employer/ Engineer at the earliest
Opportunity of specific likely future events or circumstances, which may
Adversely affect O&M. The Contractor shall cooperate with the Employer/
Engineer in making and considering proposals for how the effect of such an
event or circumstances can be avoided or reduced by anyone involved in the
work and in carrying out any resulting instruction of the Employer/
Engineer.
24.5. Force Majeure
"Force Majeure" means an event which is beyond the reasonable control of
any of the parties, and which makes a party's performance of its obligations
hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, Act of
God, war, insurrection, riots, civil disorder, earthquake, fire, explosion, storm,
flood, hurricane, or other adverse weather conditions, strikes, other political
actions, confiscation or any other action by government agencies, market
disruption or chemical contamination.
25. COST CONTROL
25.1. BILL OF QUANTITIES
The Bill of Quantities shall contain items for O&M work to be done by
the Contractor.

25.2. PRICE:
25.2.1. The Price is as per System staff provided for Water supplied to the
Villages which includes all operating expenses like wages, mobility/
transportation facilities, etc. of the designated qualified Pump Operators,
Electricians, Fitters, Helpers, Watchmen for carrying out all operations
involved in drawing of water from source, treatment and supply of drinking
water as per the CPHEEO manual, relevant IS specifications and other
standard procedures as directed by the Employer/ Engineer. The price for
cost of chemicals involved in disinfection and flocculation processes. etc.,
28 | P a g e

routine maintenance, including all incidental inevitable expenses in


Operation & Maintenance of the overall scheme etc., and periodical
maintenance, repairs & renewals will be paid as per departmental procedure
in force.

25.2.2. But however, the contractor should carry out all repairs, leakage
arrests, periodical and preventive maintenance, renewals etc., that are
required to run the system effectively without interruption in supply of water
to the public/ habitations. Payment will be made to these items separately as
per the rules in force.

25.3. PAYMENT:
25.3.1. The Contractor shall submit the monthly invoice to the Employer/
Engineer along with the following documents.
25.3.2. Village wise log abstract of water supplied to the Villagers signed by
responsible persons and countersigned by the officer authorized by the
Employer/ Engineer. d an
25.3.3. The Contractor will be paid for the System staff provided every month
possibly within seven days of submission of the monthly invoices subject to
the grant availability in the concerned Division of the RWS Department in the
particular head.
25.3.4 However contractor shall make payment to the system staff on or
before 10th of every month and submit the proof of payment of wages and
EPF by 20th of every month to the departmental authorities who is
responsible for payment irrespective of the payments made to contractor.
25.4. TAXES AND DUTIES:
All Taxes and Duties are payable by the Contractor as specified by the Govt.
Department and changes thereof from time to time. The term “Price” is
inclusive of insurance, all other taxes except GST, EPF, and EAS. The GST &
Labor cess will be paid by the department to the CTO concerned duly
deducting from the bills. The taxes will also be deducted at percentages
mentioned below on the value of work executed by the contractor. Income
tax --- as applicable
25.5. PAYMENTS FOR VARIATIONS
The payment to the contractor will be made based on the specified Rate of
supply of potable drinking water only for the agreement quantities.

But however, the contractor shall supply excess quantities on the request/
instructions of the Employer/ Engineer for which payment will be made at
agreement rates.
29 | P a g e

No extra price will be paid for quantities supplied in excess of the agreement
quantities.

25.6. PAYMENT CERTIFICATES


25.6.1. The Contractor shall pay Salaries to all System staff every month
including EPF adjustments even though not received payments from Client
and submit to the Employer/ Engineer monthly statements as specified by
the Department of the estimated value of the work completed less the
cumulative amount certified previously.
25.6.2. The Employer/ Engineer shall check the Contractor’s monthly
statements and certify the amount to be paid to the contractor.
25.6.3. The value of work executed shall be determined by the Employer/
Engineer.
25.6.4. The value of work executed shall comprise the value of the quantities
of the items in the Bill of quantities completed.
25.6.5. The value of work executed shall include the valuation of variations
and Compensation events.

25.6.6. The Employer/ Engineer may exclude any item certified in a previous
certificate or reduce the portion of any item previously certified in any
certificate in the light of later information.
25.7. CURRENCIES
All payments shall be made in Indian Rupees.
25.9. PENAL CONDITIONS:
25.9.1. The Contractor shall be penalized for non-supply of water and
deficiency in supply of water as recorded and verified in the water supply
register. The penalties shall be imposed by MVS-WSC for various types of
lapses of the Contractor – improper pumping, inadequate distribution and
non- rectification or undue delays in rectification of leakages, and non-
compliance with complaint redressal benchmarks.
25.9.2. Penalty will be imposed on the contractor at 1.1 times value per day
on the System staff for the supply that is affected, 1.2 times value per day on
the System staff for the supply that is affected, 1.3 times value per day on the
System staff for the supply that is affected for not attending leakages/
rectifications within 12 hours, 24 hours, 36 hours respectively.

25.9.3. Amount of penalty will be levied at 1.5 times value per day on the
System staff for the total supply that is affected beyond 36 hours.

25.9.4. Penalty for non-supply will not be imposed on contractor for the
causes not attributable to the contractor.
30 | P a g e

25.9.5. If the non supply period exceeds 2 days, due to negligence of


contractor, the supply shall be executed through other agency and 1.5 times
or actual costs that are incurred for rectification will be recovered.
Whichever is more will be recovered from the bills of original contractor.

25.9.6. For any miss handling of Machinery or defect arise out of the defective
service resulting a major loss to the Assets of the Project, the cost of
restoration will be recovered from the Contractor, if necessary under R&R
Act. The Contractor is fully responsible for the loss of any materials or
property due to agitation by the System staff for nonpayment to them.

25.10. FINISHING THE CONTRACT

25.10.1. COMPLETION
The Contractor shall request the Employer/ Engineer to issue a certificate of
completion of the works. Then the Employer/ Engineer is to issue a
certificate of completion to the Contractor and to the employer when he
decides that the work is completed. However the contractor shall continue to
execute the work until the work is entrusted to the other contractor by the
department.

25.10.2. TAKING OVER


The Department shall take over all the assets of the department and the
works within seven days of the Employer/ Engineer issuing a certificate of
completion. All the assets of the dept shall be handed over to the department
in proper shape and in good condition. For any breakages/ damages
proportionate amount will be recovered from the bills to be paid/ securities
furnished by the contractor at the rates decided by the department.

25.10.3. FINAL ACCOUNT


The contractor shall supply to the Employer/ Engineer a detailed account of
the total amount that the Contractor considers payable under the Contract
before the end of the agreement period. The Employer/ Engineer shall issue a
certificate and to certify any final payment, which is due to the Contractor
within 60 days of receiving the Contractor’s account if it is correct and
complete. If it is not, the Engineer shall issue within 60 days a schedule that
states the scope of the corrections or additions that are necessary. If the final
account is still unsatisfactory after it has been resubmitted, the Employer/
Engineer shall decide on the amount payable to the Contractor and issue a
payment certificate.
31 | P a g e

25.10.4. TERMINATION

25.10.4.1. The Employer or the Contractor may terminate the Contract if the
other party causes a fundamental breach of the contract.
25.10.4.2. Fundamental breaches of contract include, but are not limited to
the following
25.10.4.3. The contractor stops O&M work for 2 days continuously, with
certain exemptions not attributable to the contractor and which are
approved by the Employer/ Engineer.
25.10.4.4. When either party to the Contract gives notice of a breach of
contract to the Engineer, the Engineer is to decide whether the breach is
fundamental or not.
25.10.4.5. Notwithstanding the above, the Employer may terminate the
Contract for convenience.
25.10.4.6. If the Contract is terminated the contractor is to stop work
immediately, make the site safe and secure and leave the site as soon as
reasonably possible.

25.10.5. PAYMENT UPON TERMINATION


25.10.5.1. If the Contract is terminated because of a fundamental breach of
contract by the Contractor, the Engineer shall issue a certificate for the value
of the work done and materials at site duly deducting advance payments
received up to the date of the issue of the certificate and less 20 percent of the
value of the work not completed as indicated in the contract data. The
employer shall have the right to assess the cost of damage arose due to the
delay arising from the breach of contract and such cost shall be borne by the
contractor. If the total amount due to the employer exceeds any payment due
to the Contractor, the difference shall be treated as a debt payable to the
Employer by the contractor.

25.10.5.2. If the contract is terminated at the Employer’s convenience or


because of a fundamental breach of Contract by the Employer,
the Engineer is to issue a certificate for the value of the work
done, materials ordered, the reasonable cost of removal of
equipment and the Contractor’s cost of protecting and securing
the works and less advance payments received up to the date of the
certificate.

25.10.6. PROPERTY
All materials on the site, plant, works, others etc., are the property of the
Employer.
32 | P a g e

25.10.7. RELEASE FROM PERFORMANCE

If the Contract is frustrated by the outbreak of war or by any other event


entirely outside the control of either the Employer or the Contractor, the
Engineer 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 work carried out before receiving it
and for any work carried out after wards to which commitment was made.

SPECIAL CONDITIONS OF CONTRACT


1. INSPECTION OF SITE
1.1. The Contractor shall be deemed to have inspected and examined the site
and its surroundings and information available in connection there with and
to have satisfied himself before submitting his tender as to:
1.2. The form and nature thereof, including the subsurface conditions.
1.3. The hydrological and climatic conditions.
1.4. The extent and nature of work and materials necessary for the execution
and completion of the works and the remedying of any defects therein.
1.5. The means of access to the site and the accommodation may require and
in general shall be deemed to have obtained all necessary information about
risks, contingencies and all other circumstances which may influence or affect
his tender.
1.6. The contractor has to coordinate with the department for obtaining
permission from the private/ public sites which come across during
execution and while rectifications of leakages.
1.7. The Contractor shall be deemed to have quoted his tender on the data
made available by the employer and on his own inspection and examination
all as a fore mentioned.

2. Maintenance
If any damage, burst and / or leakages are observed during the period of
Contract they shall be attended along with the required materials by the
Contractor

3. APDSS
The Bidder shall acquaint himself with the APDSS and also standard
Preliminary specifications contain there in and all the specification shall
Apply.

4. CONTRACT DATA
4.1. Items marked “N/A” do not apply in this Contract
33 | P a g e

The Employer is:


Chief Executive Officer,
Zilla Parishad, Anantapuramu.

Name of authorized
representative: Chief Executive Officer, Zilla
Parishad, Anantapuramu.

4.2. The Employer is the hole and sole owner of the all assets of Shemes
the Superindending Engineer, RWS&S is the Technical Advisor. Details of
WTP, Off take structures like raw water intake well, collection well, Raw
water pumping main, SS Tank ( if exists). As per annexure - II.

4.3. Location and details of structures including OHBRs, GLBRs, Sumps, Pump
houses, Layout of pipe lines, Reach wise particulars of pipelines, Details of
Sluice/ Scour/ Air and other valves. As per Annexure- III.

4.4. Details of pumping stations, pump sets, panel boards, stabilizers and
Other accessories: - as per Annexure - IV
4.5. Details of movable properties: Fans, lights, tables, almairahs other
Equipment – As per Annexure - V
4.6. List of registers to be maintained – as per Annexure - VI

5. Stock yard:

The contractor shall maintain his own stock yard near the CPWS Schemes /
head works of the project (at a locations approved by the Employer/
Engineer) and shall have all the required items/ materials for immediate
rectification of any leakages observed during the O&M period.

6. The contractor shall maintain roads within the WTP and pumping stations,
approach roads to raw water pumping stations and other structures.

7. The contractor shall Provide security to the assets.


8. The contractor shall implement Safety precautions – As per CPHEEO
manual
9. The contractor shall maintain water meters.
10. The contractor shall flush the pipelines through the scour valves at
regular intervals.
34 | P a g e

11. The contractor shall have Tools and tackles: Various sizes of spanners,
hammers, axes, chisels, screw drivers, pliers, oil cans, fuel measures, grease
guns, shovels, pans, picks, crow bars, chemical measures, water cans, buckets,
chain pulley blocks, ropes, set of shear legs, balance for weighing chemical
etc., shall be kept at respective head works and pumping stations.

12. Spares and tools: A good stock of the spare parts and tools shall be
maintained by the contractor at respective pumping stations as detailed but
not limited to the list mentioned below.
a. For pumps: Belts and belt fasteners, grease nipples, cup washers, gland
packing, bearings, neck rings, neck bushes, sleeves, sleeve units, glands,
logging rings, balance valve seating and bushes.
b. For electric motors: For squirrel cage motors – one set of bearing, part
stator coils, insulation tapes and set of fuses.
c. For distribution system: Minimum half a dozen of pipes of each diameter
depending on type of joints (flanged/ detachable joints), jointing material for
GRP,DI lines like lead, lead wool, and yarn etc., for equal number of joints
along with specials of each size such as bends of various degree, tees collars,
split collars, etc.,

d. For molten joints, melting pot, ladle a set of caulking tools shall be stored at
the stock yards by the contractor. For cutting small pipes hack saw and for
cutting large pipes, special cutters are required. For thread joints of steel
pipes, white lead, cotton threading unions, stock and dies
e. Grease packing and gland ropes for stuffing boxes, drilling machine for
drilling holes in cast iron pipes for inserting ferrules

f. Steel saddles for AC pipes, pipe wrenches and vices are required for steel
pipes.

Note: It is necessary to order about 10% in excess of the requirement as


buffer stock, as directed by the employer/ engineer in charge of O&M, for
effective and timely maintenance of the distribution system.
The minimum level of stock of each item should be maintained and at no
point of time it should be below the minimum level as decided by the
employer/ engineer.

13. The contactor should provide safety appliances to all system staff to
prevent hazards. The contractor shall also maintain Fire extinguishers and
First Aid boxes properly, as specified in the CPHEEO manuals.
35 | P a g e

14. The contractor shall make available Cleaning rags, brooms, soap,
detergent powder, torches, emergency lights, paint and paint brushes,
gardening tools including grass cutters.
15. General safety precautions as per the standard specifications shall be
adopted by the contractor at the pipe line trenches opened for maintenance.
16. General cleanliness: The equipment and the buildings where equipment is
installed should be kept neat and tidy conditions by the contractor.
17. The persons engaged by the contractor in the O&M should be perfectly
free from communicable diseases. No laborer suffering from any disease
should ever be employed on maintenance jobs such as cleaning the filter
boxes, Service Reservoirs, wells, repairing pipelines etc. Also the water works
maintenance personnel shall be medically examined periodically.
18. The entry in the water works area shall be restricted by the contractor
and no unauthorized person shall be allowed to enter the premises.
19. Theft/ damage of assets: It is the responsibility of the contractor to safe
guards the assets of the department. The contractor is solely and wholly
responsible for the assets of the department. In case of any theft, loss or
damage to any of the assets, the same shall be brought to the notice of the
department immediately and shall file case in the respective police stations.

20. The contractor should provide necessary watch and ward for preventing
the entering of authorized persons in to the premises of SS Tank,all pumping
stations and Head work site round the clock, and contractor should ensure
the safe guard of all assets of the CPWS Scheme.
21. The contractor is responsible for liaison with other departments like
APSPDCL, R&B, NH, HPCL, GAIL, Railways, Irrigation, Police, Revenue.

departments, etc., for any matter regarding the maintenance of the pipelines
or otherwise.
22. Maintenance of water treatment plant: The contractor shall engage skilled
and experienced personnel who have complete knowledge of the working of
various components of the treatment system. A systematic routine schedule
for inspection of various components of the plant and equipment installed in
it should be drawn and proper record should be maintained in respect of
machinery and lubricants used.
23. Log books shall be maintained by the contractor keeping complete record
of various units and equipment regarding their cleaning, repairs, break
downs of particular component and the time taken for the repair.
24. The Water samples should be collected by the Contractor in the presence
of departmental personnel and the same shall be handed over to division
level laboratory for testing Physical and Chemical parameters and
36 | P a g e

bacteriological analysis every day/ week/ fortnight as the case may be. The
test reports issued by department have to be enclosed to the running bills.
25. The contractor should ensure chemical & biological analysis of water
periodically as per the standard procedure and reports should be obtained
from the laboratory and corrective steps to be taken in treatment process
accordingly. The Contractor shall maintain records of laboratory tests/ field
tests indicating the volume of each sample and the same shall be furnished
whenever requested by the Employer/ Engineer, for verification.

26. Maintenance of Aerator: The algal and slime formation on the surface of
the aerator shall be removed periodically by the contractor by giving
treatment with copper sulphate or as directed by the Employer/ Engineer

27. Alum tanks: shall be painted periodically by the contractor.


28. Flocculation: The flocculation equipment should be checked up by the
contractor as per the CPHEEO manuals for overhauling and maintenance. The
parts moving under water shall be dried, loose rust or scale removed and
equipment should be thoroughly checked up to avoid break down during
service. Sludge lines should be kept free from chokage. The traction wheels
shall be checked for alignment.
29. Sedimentation: The tanks shall be checked periodically and any minor
repairs if required should be carried out by the contractor. The walls and
floors of tanks should be thoroughly cleaned to remove algal growth or
other loose material and dirt and then the tank should be disinfected and
Flushed as specified in the CPHEEO manuals.

30. Rapid Sand filters: Shall be operated and maintained by the contractor as
per CPHEEO manuals.

31. Chlorinators: Whenever chlorinator goes out of order, it should be


repaired immediately and commissioned by the contractor. If it is necessary,
the gas piping and feeders have to be dismantled and the accumulated
impurities shall be cleaned to avoid unscheduled break down.

32. The Contractor should attend periodically the maintenance of SS tank


bunds such as Jungle clearance, filling of gullies and repairs to CC Planks etc.
Otherwise these items/ repairs will be taken up departmentally and double
the expenditure incurred there in will be recovered from the contractor
running bills.
37 | P a g e

33. The OHBRs, BPTs, Service Reservoirs, and Sumps etc., are to be cleaned at
least twice in a month or more frequently whenever situation warrants as per
the Conditions.

34. The contractor should arrange the maintenance of HT transform yards


and a certificate to that effect should be obtained from Chief Electrical Officer.
35. Records: The contractor should ensure that each operator of the plant
shall maintain record of his shift, recording hourly chemical doses and
volume of water treated etc. The information shall be transferred to daily
forms.

36. Complaint registers shall be maintained by the contractor at every


Mandal
Parishad office and at all pump houses.

37. The contractor shall have good communication (telephone/mobile) and


transport facilities at the plants.

38. Pre and Post Chlorination is to be done depending on the season and on
the prevailing conditions in the Villages and residual chlorine at all points
shall be maintained at not less than 0.20 mg/ Liter and chlorine dosage at
dosage points shall be maintained between 2 PPM and 4 PPM depending
upon the requirement.

39. The super chlorination may be done whenever the situation warrants
Depending on the conditions prevailing in these villages / habitations.

40. The Valves, Transmission and distribution lines are to be inspected and
checked every day. If any leakages are found they shall be arrested
immediately and a periodical report shall be sent to the department every
fortnight in this regard. The Pipe Line leakages and other repairs/
maintenance works shall be attended within 12- 24 hours.

41. The motors and pumping equipment are to be overhauled and greasing is
to be done once in a month or whenever situation warrants and it shall be as
per CPHHEO manual dates.

42. The CPWS Schemes shall be maintained as directed by the Employer/


Engineer.
43. All the relevant registers / periodicals shall be maintained properly as
directed by the Employer/ Engineer and made available for verification by
inspection officers and also to be submitted to the Employer/ Engineer 44. A
38 | P a g e

periodical on usage of materials such as Pipes, Specials, Joints, Alum,


Bleaching power, Mechanical spares, Electrical Spares etc., required for the
Operation and Maintenance of the Schemes shall be furnished to the
Employer/ Engineer every month.

45. The Contractor must produce daily the level of residual chlorine at all end
points.
46. Disinfection/ Chlorination is entirely the responsibility of the Contractor.
The Contractor is responsible for all G.E. / Diahorrea cases that arise due to
improper disinfection/ chlorination and subsequent legal cases.

47. The Contractor should supply potable water without interruption at 40


LPCD in rural area and 70 LPCd for Hindupuram town or as directed by the
Employer/ Engineer for present population.

48. The Contractor should ensure that the wages of system staff should be
paid regularly as per the rates of minimum wages act. If any complaint
received in this regard necessary action will be initiated as per the agreement
conditions.
49. The contractor should provide necessary caution boards at entrance of
the head work site, all around the SS Tank bund, approach and transformer
yard.

50. In case of urgency the contractor should arrange generators of necessary


capacity for running of pump sets at required locations of CPWS Scheme so as
to ensure uninterrupted supply of drinking water.

51. Where ever it is not specified, the clauses of the APDSS shall apply, the
Bidder shall go through the APDSS thoroughly and shall be deemed to have
studied its clauses and understand its implications in full.
52. In absence any data APDSS is applicable.

Note:

53. DECLARATION
1. I/ We _____________ ______________________________________
________________________________________________ have gone through carefully all the
above and enclosed the necessary documents.
2. I/ We __________ _____ _____ ____ __________ _______ also solemnly declare that I /
We will abide by the conditions contained in the tender schedules for having
not produced or produced incorrect / false certificates and shall not claim for
any relief / relaxation thereafter.
39 | P a g e

Name and Signature of Bidder(s)


NOTE:
In proof of the statement made above, copies of the certificates and
enclosures to the technical bid shall contain serial numbers on the right
corner of each certificate, which will be indicated against each item.

Annexures to the tender Document


Annexure – I : TEST CHARACTERISTICS FOR DRINKING
WATER(Physical,
Chemical and Bacteriological parameters) (IS 10500-2012)

S. Substance of Characteristic Unit Requirement


No. (Desirable Limit)
1 2 3
1 Colour Hazen 5
2 Odour Agreeable
3 Taste Agreeable
4 Turbidity NTU 5
5 pH Value 6.5 to 8.5
6 Total hardness (as CaCo3) Milligram/litre 200
7 Iron (as Fe) Milligram/litre 0.3
8 Chlorides (as Cl) Milligram/litre 250
9 Residual/ Free Chlorine, Milligram/litre 0.2
Mg/1,Min.
10 Total Dissolved Solids Milligram/litre 500
11 Sulphate (as So4) Milligram/litre 200
12 Nitrate (as No3)) Milligram/litre 45
13 Fluoride (as F) Milligram/litre 1
14 Mercury (as Hg) Milligram/litre 0.001
15 Cadmium (as Cd) Milligram/litre 0.003
16 Selenium(as Se) Milligram/litre 0.01
17 Arsenic (as As) milligram/litre 0.01
18 Cyanide (as CN) milligram/litre 0.05
19 Lead (As Pb) milligram/litre 0.01
20 Zink (As Zn) milligram/litre 5
40 | P a g e

21 Chromium (As Cr6+) Milligram/litre 0.05


22 Alkalinity milligram/litre 200
23 Aluminium (as Al) milligram/litre 0.03
24 Copper milligram/litre 0.05
25 Nickel milligram/litre 0.02
26 Ammonia milligram/litre 0.50
27 E. Coli or thermo tolerant Number/ 100 Nil
Coliforms ml
28 Magnesium milligram/litre 30

Other Annexure to the Agreement (Scheme Specific)


Annexure-II : Details of WTP, Off take structures like raw water intake
well, collection well, Raw water pumping main, SS Tank
( if exists).
Annexure-III : Location and details of structures including OHBRs,
GLBRs, Sumps, Pump houses, Layout of pipe lines, Reach
wise particulars of pipelines, Details of Sluice/ Scour/
Air and other valves.
Annexure-IV : Details of pumping stations, pump sets, panel boards,
stabilizers and other accessories.
Annexure-V : Details of movable properties: Fans, lights, tables,
almairahs other equipment. Annexure-VI : List of
registers to be maintained.

Superintending Engineer, Chief Executive Officer,


RWS &S Circle, Ananthapuramu ZPP, Ananthapuramu

You might also like